MEDICAL SUPPLIES has been closed on 12 Aug 2019.
It no longer accepts any bids. For further information,
you can contact the Department of Health and Human Services
Bellow, you can find more information about this project:
General information
Donor:
Department of Health and Human Services
Industry:
Manufacturing
Machinery & Equipment
Status:
Closed
Value:
Not available
Timeline
Published:
01 Aug 2019
Deadline:
12 Aug 2019
Contacts
Name:
Not available
Phone:
301-594-3111
Email:
Not available
Description
:
HHSNCCOPC19-001539S
:
Combined Synopsis/Solicitation
:
Added: Aug 01, 2019 9:52 am
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: HHSNCCOPC19-001539S Purchase Request: Posted Date: 19-001539 August 1, 2019 Response Date: August 12, 2019 NAICS Code: 339112/1000 Employees Set Aside: Small Businesses, 8(a), Veteran Owned, Service Disabled Veteran Owned Small Business, and Women-Owned Small Business
Contracting Office Address Office of Purchasing and Contracts 6707 Democracy Boulevard Suite 106 Bethesda, MD 20892
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far Subpart 12.6 - streamlined procedures for evaluation and solicitation for commercial items - as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued.
This solicitation is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94(JAN 2019) Period of Performance: August 28, 2019 - August 27, 2020, with 4-year option periods
Background The National Institutes of Health Clinical Center, America's research hospital, is located on the NIH campus in Bethesda, MD. Through clinical research, clinician-investigators translate laboratory discoveries into better treatments, therapies and interventions to improve the nation's health.
The Clinical Center consists of two main facilities: The original Warren Grant Magnuson Clinical Center is a 14-story, 2.5-million-square-feet building, with more than 5,000 rooms, nine miles of corridor, 15 outpatient clinics and a Department of Laboratory Medicine housed in a space the size of a football field. The 870,000-square-foot Mark O. Hatfield Clinical Research Center has 200 inpatient beds and 93 day-hospital stations.
The Clinical Center provides patient care, diagnostic and treatment services, training, and an environment in which the NIH clinicians and scientists translate emerging knowledge to improve the treatment, and prevention of human diseases. The CC through the NIH's Intramural Research Program provides patient support services for twenty-seven (27) NIH Institutes that admit patients and healthy volunteers to participate in more than 1,600 intramural clinical research protocols that cover a wide spectrum of common and rare diseases.
The Materials Management and Environment Services Department (MMESD) is responsible for the acquisition of supplies, inventory management, and the storage and distribution of materials for the CC. In addition, the Department ensures efficient housekeeping operations and compliance with appropriate infection prevention, safety, OSHA, Joint Commission and other regulatory standards. This includes cleaning of the NIH Clinical Center patient rooms, offices, ancillary departments, outpatient areas, public areas (including cafeterias), and laboratories in the CRC, the Family Lodge, and the provision of laundry services.
Statement of Objectives The MMESD has a requirement to procure brand-specific medical and surgical supplies for the patients undergoing treatment at the NIH Clinical Center.
The goal is to acquire supplies at fair and reasonable prices based on competition and in a timely manner.
Scope of Work The vendor selected shall supply the MMESD with the required medical & surgical supplies necessary to provide care for the patients undergoing treatment at the NIH CC.
To maintain conformity of the surgical & medical supplies used throughout the NIH CC all supply changes, must be evaluated and approved by the CC Standardization Committee. Therefore, the selected vendor must provide at least a 95% match of current product(s) in order to promote patient safety, maintain the integrity of the clinical research, and to ensure that supplies are of the highest quality.
Past Performance The Offeror shall provide at least two (2) references that are relevant to this requirement. The Offeror shall provide references from other hospitals they service. The Government may use data provided by the Offeror, and the Government also reserves the right to contact other references that it discovers on its own. The Government may elect to consider data obtained from other sources that it considers current and accurate.
Substitutions Vendors proposing to supply "or-equal" product(s) will be required to submit both descriptive literature and samples with their initial bid submission. The descriptive literature will be reviewed first to determine compliance with the stated salient characteristics for the product(s) delineated in this solicitation. Those vendors who pass the descriptive literature review will then have their samples evaluated by the Government.
Requirement for Descriptive Literature All vendors proposing to supply an "or-equal" product shall furnish descriptive literature as part of the initial bid submission. The literature furnished must be identified to show the item(s) in the solicitation to which it pertains. The descriptive literature is required to clearly establish for the purposes of bid evaluation and award, details of the product the bidder proposes to furnish as to materials, components, performance characteristics, and features. Failure of the descriptive literature to show that the product offered conforms to the salient characteristics/specifications and other requirements of the solicitation will require rejection of the bid. Failure to furnish the descriptive literature by the date/time specified in the solicitation will require rejection of the bid.
Bid Sample Requirement A single sample of each item shall be furnished at no expense to the Government as part of the bid. Sample(s) provided will remain the property of the Government and will not be returned. Descriptive sample literature must be furnished as part of the bid.
Failure of descriptive literature to show that the product offered conforms to the salient characteristics/specifications and other requirements of this solicitation will require rejection of the bid.
The sample requirement will not be waived unless the bidder is furnishing the specified brand name and/or catalog/product numbers specified herein. If bidder is supplying the specified brand name, they need only send a certification letter to that effect. Bidders failing to submit sample(s) will be considered non-responsive and will be rejected.
Sample(s) shall be labeled individually, showing the solicitation number, contractor's name, address, and the word "sample". Samples will be evaluated to determine compliance with quality, workmanship, and other product requirements as specified in the solicitation.
The sample shall be mailed or delivered to the following:
National Institutes of Health, Clinical Center Materials Management & Environmental Services Department 10 Center Drive, Bldg. 10, Room B1N238 Attn: Tonja Sirmons Bethesda, MD 20892-1070
Additional Information to be submitted with Initial Bid Response: In order to assist the Government in determining bidder's capability (responsibility) to perform the requirements of this contract as required by Federal Acquisition Regulation (FAR) Subpart 9.1, bidders are requested to furnish with their initial bid submission, written information/certification to document that they are regular dealers/suppliers/distributors or manufacturers of the item(s) being sought by this procurement. This shall include a listing of previous contracts (including the names and telephone numbers of contact persons whom the Government may call to verify this information) under which they supplied these items and other information to affirmatively demonstrate their capability to perform. Additionally, the Government may examine other information deemed relevant such as financial and technical/operational capability to supply the product(s) as required in the solicitation. Examination of this information by the Government does not constitute a commitment to enter into a contract with a vendor. Rather, this information is to be utilized by the Government only for evaluation/pre-qualification purposes for participation in the request for bids.
Only those vendors who are supplying the requested brand name product(s) and are affirmatively determined to be responsible as outlined in FAR 9.1. Vendors whose "or equal" proposed product(s) are determined to meet the salient characteristics delineated in this solicitation through the descriptive literature review and the bid sample evaluation process and are also determined to be responsible in accordance with FAR 9.1, will be invited to proceed to participate in the request for bids.
The vendor selected is expected to: Provide next business day delivery, when required Ensure deliveries during inclement weather or partial government shutdown. Be flexible in adding or deleting items on the contract. Include normal shipping fees in total product price. Provide a service delivery level at minimum of 0.95%. Inspection & Acceptance Requirements The product(s) delivered by the vendor will be inspected before acceptance by the MMESD Receiving staff. The Government reserves the right to reject/return any product(s) to the vendor when the product(s) received is expired, damaged, defective, and different from what was ordered or stated in the contract.
Type of Requirement: Supplies/equipment
Type of Action: New Requirement
Proposed Contract Type/Order Type: Firm-fixed-price contract with indefinite delivery and indefinite quantity for the supply specified.
A firm fixed-price requirements type contract is appropriate for this acquisition because the Government is acquiring commercial type product(s).
Total estimated dollar value and performance/delivery period The estimated quantity below, represents the Government's best estimate of the supply to be ordered under the contract during the stated period of contract performance and is intended for price evaluation and fund obligation purposes only. Option years include 3% increase for inflation.
Base Year Option Year 1 Option Year 2 Option Year 3 Option Year 4
Product Description Est. Annual Usage
1. LEUKOTRAP RC SYSTEM - CAT# 129-63 233 Cases
LEUKOTRAP RC SYSTEM - Leukotrap RC Systems with RC2D Filter - Case Quantity: 18 (3 sets per foil pouch, 6 pouches per case). Anticoagulant/Additive CP2D/AS-3, Fill Volume (mL) 500, Set Configuration Triple, Satellite Bags 2 C
Please email proposal quotes to Lynda Cole at Colelj@cc.nih.gov no later than 8/12/19 at 9:30 am est and include HHSNCCOPC19-001539S in the subject column.
:
6707 Democracy Blvd, Suite 106, MSC 5480
Bethesda,
Maryland
20892-5480