The Defense Health Agency (DHA) Medical Logistics (MEDLOG) Division Medical Materiel Enterprise Standardization Office (MMESO) and the Defense Logistics Agency (DLA) Troop Support Medical Prime Vendor (PV) Program announce a Sources Sought notification for the creation of a Qualified Suppliers Listing (QSL) for Cloth, Chlorhexidine Gluconate Pre-Op Prep. This is not a request for a price quote. The MMESO South is the lead MMESO for this project.
These Cloth, Chlorhexidine Gluconate Pre-Op Prep products are for purchase by the Military Treatment Facilities (MTFs) of the Military Health System (MHS) and for the operational assemblages of the Army, Navy, Air Force, Marine Corps, and Naval Expeditionary Medical Support Command (NEMSCOM) and managed regionally by MMESOs North, South, West, Pacific and Europe, hereafter referred to as MMESOs. For information regarding DLA Troop Support Medical’s PV program please access the DMM Online web site at https://www.medical.dla.mil.
This Sources Sought notification is intended to solicit information and products for evaluation in order to create a QSL for Cloth, Chlorhexidine Gluconate Pre-Op Prep in accordance with (IAW) FAR 9.2. The QSL for Cloth, Chlorhexidine Gluconate Pre-Op Prep will be established approximately 09 May 2020 and is anticipated to be the basis of a Standardization Action. All medical consumable items on this QSL must be on a Distribution and Pricing Agreement (DAPA) for the DLA Troop Support Medical/Surgical Prime Vendor (MSPV) Program. All participating vendors must complete the registration in the DAPA Management System (DMS) at https://www.medical.dla.mil/Portal/DapaMS/DapaMS.aspx and include either their DAPA number or their Defense Medical Materiel (DMM) number as part of their QSL Package Worksheet submission. Receiving a DMM number allows access to the DMS and is the first step to becoming a DAPA holder. DAPA holders must be prepared to ship items to the PVs, so that the PVs may carry inventory and MTFs may designate items as usage; therefore, standardized items may not be coded in the DMS as "drop ship only." Note: It is recommended that new participants contact each PV prior to adding items to DAPA, in order to gain a full understanding of the PV's requirements and any potential costs associated with PV handling of those items.
If you qualify as a vendor on the QSL, you will then be invited, approximately 09 June 2020, to submit pricing quotes and a separate screenshot of your submitted DAPA Log submission or existing DAPA base uncommitted pricing for all required items to the MMESO POCs. Both pricing quotes and substantiating DMS documentation will be required for eligibility to enter into an Incentive Agreement (IA) for Cloth, Chlorhexidine Gluconate Pre-Op Prep. Only those vendors with an established DAPA will be eligible to enter into the subsequent IA. The Government reserves the right to standardize or not standardize on Cloth, Chlorhexidine Gluconate Pre-Op Prep.
The MSPV Program requires that all items be manufactured in a Trade Agreements Act (TAA) Compliant Country (see DFARS 252.225-7020 AND 252.225-7021), unless it is determined that no functionally equivalent item is available from a compliant source. To be eligible for inclusion in the proposed QSL, all vendors are required to provide country of origin information in the QSL Package Worksheet. In addition, according to the DAPA Terms and Conditions, vendors must complete the DAPA TAA Certification for each item quoted. If a quoted item is a TAA Non-Compliant End Product, the Government can use this information to determine whether or not a non-availability determination exists or if the Government will make a non-availability determination for the item. Unless a non-availability determination is made or a waiver is obtained, TAA Non-Compliant Country End Products cannot be added to the QSL and/or DAPA. Any questions concerning TAA may be directed to Donna Raday at DLA Troop Support, [email protected], 215-737-7885.
A. Products & Performance Required
The MMESOs are seeking product line items in the category of Cloth, Chlorhexidine Gluconate Pre-Op Prep. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $347,077. This forecast is based on historical usage data during a recent 12-month period. One item is required for addition to the QSL and account for 100 % of the total volume in sales ($347,077). The specifications for this project are shown in the “Requirements to Qualify for QSL” section below.
B. Instructions to Vendors
Vendors interested in qualifying for inclusion in the QSL must respond to this QSL Sources Sought notification by sending the appropriate QSL Package Worksheet and all supporting documentation via e-mail to the lead MMESO POCs below. The vendor’s submission must include all detailed information requested in the “Requirements to Qualify for QSL” section below and must also include: (1) Company name and address; (2) Company POC (Name and Phone Number, Fax Number, and E-mail address); (3) Commercial and Government Entity (CAGE) Code; (4) Identification of the Sources Sought notification to which the vendor is responding, and (5) DAPA or DMM number. Due to the potential for e-mail to be lost in transmission, from network security, etc., vendors are strongly encouraged to confirm with the lead MMESO that their e-mail submission has arrived. Each submitting vendor is advised to confirm receipt allowing adequate time for resubmission before the due date and time. As part of the “Requirements to Qualify for QSL,” vendors must complete and submit the QSL Package Worksheet. Any vendor experiencing difficulty opening the Worksheet may contact the MMESO POCs. The MMESO POC will provide a Worksheet copy via an alternate method (fax, e-mail or hard copy).
Vendors that do not meet the deadline of COB 5:00 PM Central Standard Time (CST) on the response date above for this QSL Sources Sought notification will not be included in the lead MMESO’s review to establish the QSL and thus will not be able to participate in the subsequent Standardization Action.
Requirements to Qualify for QSL
The requirements for this product line are outlined below. Complete answers and all supporting documentation must be provided with the vendor’s submittal by the response date stated in this QSL Sources Sought notification. A vendor who does not meet all of these requirements or who does not submit documentation to support these requirements as requested will not be qualified for the QSL. Vendors must provide responses to this Sources Sought notification via the QSL Package Worksheet.
Required Products - Annual Usage in Units
5.1 CLOTH PRE-OP SKIN PREP 2% CHG - 174,432
6. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products that are not made with natural rubber latex. Vendor must also provide submittal documentation establishing that the offered products are not made with natural rubber latex. The vendor must meet this requirement in one of three ways: 1) demonstrating that the labeling or product information for the offered products contains the FDA recommended statement "Not made with natural rubber latex," 2) demonstrating that the ISO BS EN 15223-1:2016 symbol [reference number 5.4.5] is on the labeling or product information for the offered products, or 3) if the product labeling does not contain the FDA recommended statement or the ISO BS EN 15223-1:2016 symbol [reference number 5.4.5], the vendor must provide a signed letter stating that the offered products are "not made with natural rubber latex."
7. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products that are single-use and indicated as such on the product packaging in a statement or by the ISO BS EN 15223-1: 2016 symbol [reference number 5.4.2] and provide documentation to support this with initial submittal.
8. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products that are rinse-free and indicated as such on the product packaging and provide documentation to support this with initial submittal.
9. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products that are individually packaged with 2 wipes per package and provide documentation to support this with initial submittal.
10. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products in which the cloth material is made of 100% polyester and provide documentation to support this with initial submittal.
11. Vendor must provide a Cloth, Chlorhexidine Gluconate Pre-Op Prep products that are pre-saturated with 2% solution of chlorhexidine gluconate (CHG) (490 mg to 510 mg per cloth) and provide documentation to support this with initial submittal.
12. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products with cloth dimensions that are 7.25 in – 9 in x 7.25 in – 10.75 in, and provide documentation to support this with initial submittal.
13. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products that have an SDS for each part number being offered and provide documentation to support this with initial submittal.
14. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products that are for external use only and indicate as such on the individual product packaging and provide documentation to support this with initial submittal.
15. Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products with package labeling that complies with the FDA OTC Drug Facts Label regulation format [Federal Register of March 1999] and provide documentation to support this with initial submittal.
16.Vendor must provide Cloth, Chlorhexidine Gluconate Pre-Op Prep products that have an allergy alert statement on the package and provide documentation to support this with initial submittal.
17. Vendor must provide documentation with initial submittal stating they agree to provide in-service training in a method(s) required by the government. The government may require any of the following training method(s): in-person training sessions, DVD, web-based training and/or materials or written materials (i.e. user manual, package inserts and literature).
Evaluation
Evaluations for this product line will be done by a panel of experts as a document review.
Points of Contact (POCs):
MMESO South Team Leader Contractor Mr. David Sheaffer, 210-536-6075, [email protected], and MMESO South Clinical Analyst Contractor Mr. Elbridge Merritt, [email protected], 210-536-6072. DLA Troop Support Medical Contracting Officer: Tara J. Perrien, [email protected], 215-737-8307.