Federal Bid

Last Updated on 20 Oct 2016 at 11 AM
Combined Synopsis/Solicitation
Tripler army medical center Hawaii

Suction_Canisters_Reusable_and_Disposable_Canister_Liners

Solicitation ID MP-1503-10
Posted Date 24 Aug 2015 at 7 PM
Archive Date 20 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Troop Support - Medical
Agency Department Of Defense
Location Tripler army medical center Hawaii United states
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 Suction Canister, Reusable and Disposable Canister Liners. This is not a request for quote or proposal. The MMESO Pacific is the lead MMESO for this project.

These Suction Canister, Reusable and Disposable Canister Liners 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 its 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 in accordance with (IAW) FAR 9.2 for Suction Canister, Reusable and Disposable Canister Liners. All items proposed to be included in 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 certification in the DAPA Management System (DMS). The MSPV Program requires that all items be manufactured in a Trade Agreements Act (TAA) Compliant Country (as defined by FAR 52.225-5), unless it is determined that no functionally equivalent item is available from a compliant source. Any questions concerning TAA may be directed to Maryann DiMeo at DLA Troop Support, [email protected], 215-737-3201.

The QSL for Suction Canister, Reusable and Disposable Canister Liners will be established approximately January 2016 and is anticipated to be the basis of a Standardization Action. Qualified vendors will be invited approximately February 2016 to submit pricing proposals to enter into an Incentive Agreement for Suction Canister, Reusable and Disposable Canister Liners. The government reserves the right to standardize or not standardize on Suction Canister, Reusable and Disposable Canister Liners.

A. Products & Performance Required.
The MMESOs are seeking product line items in the category of Suction Canister, Reusable and Disposable Canister Liners. Within the MHS MTFs and operational procurement this product line has an estimated annual sales volume of $355,489.55. This forecast is based on historical usage data during a recent 12-month period. Items are required for addition to the QSL and account for 43.21% ($124,172.64) of the total volume in sales ($218,592.70). The specifications for this project are shown in "Requirements to Qualify for QSL" section below.

B. Instructions to Vendors
Vendors interested in qualifying for inclusion in the QSL must provide an e-mail response to this QSL FBO Sources Sought notification to the lead MMESO POCs below. The vendor's responses 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; and (4) Identification of the Sources Sought notification to which the vendor is responding. 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 should a problem occur with the first submission.
As part of the "Requirements to Qualify for QSL", vendors must complete and submit the QSL FBO 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, email or hard copy).
Vendors that do not meet the deadline of COB 4:00 PM Hawaii Central Time (HST)) on the date listed for closing in this QSL FBO 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.

C. Source Selection Procedures
The MMESO Joint Product Review Board (JPRB) will serve as the forum for clinical recommendations for product selection and coordinate logistics efforts in support of DoD Components. The board is chaired by Designated Senior Logisticians (DSLs) and co-chaired by Designated Senior Clinicians (DSCs) in the MMESO Areas of Responsibility (AORs) and includes clinicians and logisticians for MTFs within each MMESO. The Clinical Advisory Committee (CAC) members are the deciding officials for this initiative. The MMESO DSLs and DSCs intend to review responses and evaluate products for selection to the QSL IAW FAR 9.2.

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 FBO 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 FBO Package Worksheet.
1. Vendor must have a DAPA or be in the process of applying for a DAPA number for the product line listed. Vendor must provide their DAPA number or provide documentation and date the DAPA number was applied for. Vendors who do not continue to process application for a DAPA number will not be considered for continued participation.
2. Vendor must have an agreement with the current DoD Medical/Surgical Prime Vendor CARDINAL HEALTH, or must work with CARDINAL HEALTH to initiate an agreement.
3. Vendor must have an agreement with the current DoD Medical/Surgical Prime Vendor OWENS & MINOR, or must work with OWENS & MINOR to initiate an agreement.
4. Vendor must have a government issued Commercial and Government Entity (CAGE) code assigned for products contained within the specific product group or be in the process of obtaining one. Vendors must validate that their account is Active in the System for Award Management (SAM) and provide CAGE Code. Vendors in the process of obtaining a CAGE Code must provide documentation to support that they have registered in SAM. Vendors who do not continue to process application for a CAGE Code and/or a SAM account will not be considered for continued participation. See https://www.sam.gov/portal/public/SAM/.
5. Vendor must provide product catalog & literature for any items offered in response to this Sources Sought Notification. Vendor must submit the following information via QSL FBO Package Worksheet for each offered product: Full item description, Distributor Part Number, Manufacturer Part Number, Manufacturer Name, and Number of each in Unit of Sale. Only ONE Vendor Part Number (PN) should be provided for each item/sample.

Required Products / Annual Usage in Units
DISPOSABLE CANISTER LINER 1500ML / 490,890
DISPOSABLE CANISTER LINER 3000ML / 54,500
SUCTION CANISTER, REUSABLE 1500ML / 26,963
DISPOSABLE CANISTER LINER 1000ML / 15,050
DISPOSABLE CANISTER LINER 1300ML / 2,350
SUCTION CANISTER, REUSABLE 1500ML WITH TUBING / 272
SUCTION CANISTER, REUSABLE 3000ML / 170
SUCTION CANISTER, REUSABLE 1000ML / 337
SUCTION CANISTER, REUSABLE 1200ML WITH TUBING / 192

6. Vendor must provide Disposable Canister Liners that are single patient use and provide documentation to support this with initial submittal.
7. Vendor must provide Disposable Canister Liners products that are manufactured from "semi-hard/semi-rigid" plastic material, and provide documentation and support with this initial submittal.
8. Vendor must provide Suction Canisters, Reusable products that are manufactured from "hard/rigid" plastic material, and provide documentation and support with this initial submittal.
9. Vendor must provide Suction Canisters, Reusable products that are transparent and provide documentation to support this with initial submittal.
10. Vendor must provide Disposable Canister Liners products that are transparent and provide documentation to support this with initial submittal.
11. Vendor must provide Disposable Canister Liners products not made with natural latex rubber and provide documentation to support this with initial submittal.
12. Vendor must provide Suction Canisters, Reusable products not made with natural latex rubber and provide documentation to support this with initial submittal.
13. Vendor must provide Suction Canisters, Reusable products with pre-attached tubing and provide documentation to support this with initial submittal.
14. Vendor must provide Suction Canisters, Reusable products without pre-attached tubing and provide documentation to support this with initial submittal.
15. Vendor must be able to provide in-service training as requested by the government. This in-service material requested may include the use of DVDs, in person training sessions; web based materials, or written materials (package inserts and literature). Vendor must provide documentation to support this with initial submittal.
16. Vendor must provide Suction Canisters, Reusable with graduated markings from 100ml to the capacity of the canister at each 100ml increment (at a minimum) and visible along the exterior length of the canister.

17. Vendor must provide Disposable Canister Liner that maintains suction when attached to a vacuum apparatus.
18. Vendor may provide any or all of the optional items listed below, following the same format as for requirement number 5.

Item Descriptions /

1. DISPOSABLE CANISTER LINER 2000-2500ML /
2. DISPOSABLE CANISTER LID /
3. SUCTION CANISTER, REUSABLE 1300ML WITH TUBING /
4. DISPOSABLE CANISTER LINER 1500ML WITH TUBING /
5. SUCTION CANISTER, REUSABLE 1800ML /
6. DISPOSABLE CANISTER LINER 1800ML /
7. SUCTION CANISTER, REUSABLE 250ML /

Evaluation
After the lead MMESO receives all information required above, they will send each vendor making a complete and approved submission a written request to provide product samples to the Evaluation Site Leader (ESL) at the participating MTFs. MTF "Ship to" Addresses will be provided as part of the request. To ensure your eligibility to participate, all products required for evaluation must be shipped no later than 14 calendar days from issuance of the MMESO's request and must arrive at all designated MTFs no later than 5:00 PM local time at delivery location, 30 calendar days from issuance of the MMESO's request. Any products received after the stated date and time will not be included in review to establish the QSL and to participate in the subsequent Standardization Action, and will be destroyed upon receipt.

Vendor will provide only the following products for evaluation. The products will be provided at no cost to the government for products or delivery, and unused products will not be returned. Five each of the required items listed is to be provided as product samples to each of the evaluation sites as requested by the Lead MMESO. Vendor will be required to supply the same part number(s) submitted in the QSL FBO Package Worksheet.

Items for Evaluation /
Disposable Canister Liner 1500ML with tubing /
Suction Canister, Reusable 1500ML /

There will be approximately 6 MTFs enterprise wide that will be evaluating products.

Each evaluator will evaluate the vendor submissions in the Suction Canister, Reusable and Disposable Canister Liners product line.

The MMESO Evaluation Site Leader will review the responses from the vendors and the results from the product evaluations and determine which vendors meet the requirements. A vendor who provides all requested information and meets the requirements will be selected for inclusion in the QSL. Vendors will be notified of whether they met or did not meet the QSL requirements by approximately January 2016.

Points of Contact (POCs):
Mr. Paul Davis, MMESO Pacific Team Lead, [email protected], (808) 433-3686 and Ms. Maria Sheriff, RN, MMSEO Pacific Clinical Analyst, [email protected], (808) 433-7985 or DLA Troop Support Medical Contracting Officer: Tara J. Perrien, [email protected] (215) 737-8307.

The purpose of this Modification is to extend the response date. There are no other changes at this time.

The purpose of this Modification is to inform qualified entities interested in providing these services that the response date has been extended. Vendors interested in being added to the QSL will provide a response to the FBO Sources Sought notification via e-mail to the POCs identified in the FBO Sources Sought notification before the response due date.

 

Bid Protests Not Available

Similar Past Bids

Tripler army medical center Hawaii 20 Oct 2016 at 4 PM
Tripler army medical center Hawaii 24 Aug 2015 at 7 PM
Enterprise West virginia 16 Sep 2015 at 4 PM
Enterprise West virginia 27 Oct 2015 at 3 PM
Tripler army medical center Hawaii 20 Oct 2016 at 4 PM

Similar Opportunities

Frederick Maryland 11 Sep 2025 at 4 AM (estimated)
Frederick Maryland 11 Sep 2025 at 4 AM (estimated)
Frederick Maryland 27 Aug 2025 at 4 AM (estimated)
Bethesda Maryland 10 Jul 2025 at 2 PM