Pricing analysis of required items will occur for those vendors who have been previously qualified for the QSL. Price will be evaluated based on unit price multiplied by number of estimated units. The best overall price will be the determining factor in vendor selection for an Incentive Agreement for Standardization. Quotes should contain the vendor's best discounts off of the vendor's DAPA pricing. The Government intends to make a selection based on initial quotes but reserves the right to conduct discussions and request revised quotes if determined necessary.
Vendor Instructions for Pricing Submission
The pricing requirements are outlined below. Complete pricing offer and vendor information must be submitted in full to the MMESO POCs by the response date of this Sources Sought Notification. Vendor part numbers, pricing and packaging MUST match those that were submitted and qualified to the subject QSL FBO. Vendors not currently on the subject QSL will not be considered for an IA. An IA will only be issued once the Vendor has established Fair and Reasonable base uncommitted DAPA prices for each product in the product line. Failure to establish approved DAPA base uncommitted prices will preclude a vendor from establishing an IA with the government. Use these instructions to complete the IA FBO Package Worksheet. Vendors who are not selected will be notified in writing upon issuance of an IA.
1. Vendor must submit the following information via IA FBO Package Worksheet for each QSL required item: Vendor Part Number (PN), Manufacturer PN, Manufacturer Name, Full Item Description, DAPA Number for Item, Unit of Measure (UOM), Quantity (QTY) in UOM, Unit of Inner Packaging (UOP), QTY of UOM in UOP, Unit of Sale (UOS), QTY of UOM in UOS, UOS Base Price, UOS Incentive Price, UOM Base Price and UOM Incentive Price.
Required Products / Annual Usage in Units /
1. TOWEL 100% COTTON 20 IN - 24 IN X 40 IN - 44 IN 5 LBS - 6.5 LBS/DZ / 30,120 /
2. TOWEL 100% COTTON 24 IN X 50 IN 10.75 LBS/DZ / 6,480 /
3. TOWEL BLEND 86/14 COTTON/POLYESTER 20 IN - 22 IN X 40 IN - 44 IN 5.5 LBS - 6.5 LBS/DZ / 16,015 /
4. TOWEL BLEND 86/14 COTTON/POLYESTER 24 IN X 48 IN - 50 IN 8.0 LBS - 10.5 LBS/DZ / 27,665 /
5. WASHCLOTH 100% COTTON 12 IN - 13 IN X 12 IN - 13 IN / 12,060 /
6. WASHCLOTH BLEND 86/14 COTTON/POLYESTER 10 IN - 13 IN X 12 IN - 13 IN / 44,972 /
2. Vendor may provide any or all of the additional items listed below, following the same format as for requirement number 1. Pricing for these additional items will not be part of the pricing computation for vendor selection. All additions will be at the discretion of the Government.
Item Descriptions /
1. HAND TOWEL 100% COTTON 16 IN X 27 IN - 30 IN /
2. HAND TOWEL BLEND 86/14 COTTON/POLYESTER 16 IN - 18 IN X 27 IN - 32 IN /
3. Vendor will be required to submit discounts off of DAPA for all products included in this standardization initiative. Where lower base uncommitted government prices are available, such as Federal Supply Schedule (FSS) prices, incentive tier is expected to be lower than such prices. This is because DAPAs, unlike other government prices, are base uncommitted. A vendor shall not quote base uncommitted prices such as FSS prices as the discounted tier price for purposes of this standardization initiative. Vendor must provide quotes on items provided in response to the technical/company requirements. Based on the good faith volume estimates provided, vendor agrees to give all designated MTFs and Operational Units incentive pricing throughout the life of this agreement in exchange for 80% commitment of purchases for the MHS in this product line. A vendor who does not provide discounts off DAPA in response to the IA FBO will not be considered for continued participation.
Note: DAPA holders must have an agreement with the current DoD Medical/Surgical PVs to distribute through the PV Program. DAPA holders must be prepared to ship items to both 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." It is strongly recommended that 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, whether they are deemed usage or non-usage by the MTFs, and factor PV costs into their offered IA tier pricing.
Points of Contact (POCs):
MMESO West Clinical Analyst, Mr. Reden Sese, 619-532-8517, [email protected] and MMESO West Team Leader, Mr. Ricardo Orias, 619-532-8537, [email protected]. DLA Troop Support Medical Contracting Officer: Ms. Tara J. Perrien, [email protected], 215-737-8307.