Examples of items being solicited could include, but are not limited to Trauma Dressings to include: Trauma Dressing with a 6 inch x 7 inch pad attached to a 6 inch x 100 inch Elastic Wrap; Trauma Dressing with a 4 inch x 10 inch pad attached to a 4 inch x 60 inch Elastic Wrap; Trauma Dressing with a 20 inch x 20 inch pad attached to a 4 inch x 65 inch Elastic Wrap; Trauma Dressing with a 8 inch x 10 inch pad attached to a 4 inch x 100 inch Elastic Wrap. The estimated value of the resultant Incentive Agreement (IA) will be approximately $1,708,430.06 annually.
NOTE: This initiative will be part of the Medical/Surgical Prime Vendor program which is executed by the Defense Logistics Agency (DLA) Troop Support, Directorate of Medical Materiel and standardized products must be obtained through the Department of Defense (DoD) Prime Vendor (PV) Program. To participate in this Standardization Action (SA) your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Med-Surg PV for each MMESO Area of Responsibility (AOR), i.e., Cardinal Health, and Owens & Minor, or be in the process of obtaining a DAPA and a separate commercial agreement with Cardinal Health and Owens & Minor. This requirement is pursuant to the DAPA clause by which DAPA holders agree to the standardization initiative and agree to allow PVs to distribute their products. The IA resulting from the solicitation is a supplement to the PV Program and is not a contract. For additional information regarding DLA Troop Support Medical's PV program, please access the DLA web site at https://www.medical.dla.mil. Vendor must update their DAPA numbers for this product line in the DAPA Management System with the country from which each line item is an end product, IAW the Trade Agreements Act. Vendors responding to the solicitation will be required to ensure that all DAPA line items/end products in the subject product line list the proper Trade Agreements Act country.
Detailed information about the requirements and selection process will be provided in the RFIAQ. The purpose of this Pre-Solicitation Notice is to inform qualified entities interested in providing these services that the release of the RFIAQ is imminent. Upon issuance of the RFIAQ, all solicitation information will be available electronically on the Federal Business Opportunities website.