SOLICITATION NOTICE
Q -- Consumable Medical Supplies
- Notice Date
- 12/30/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, OH 43235-2788
- ZIP Code
- 43235-2788
- Solicitation Number
- DAHA33-03-T-0011
- Archive Date
- 3/15/2003
- Point of Contact
- Joseph Miracle, 614-336-7208
- E-Mail Address
-
Email your questions to USPFO for Ohio
(joseph.miracle@oh.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA STATEMENT OF WORK MEDICAL SUPPLY PRIME VENDOR 1. Overview ? a. The vendor is to provide a single delivery of all consumable medical and surgical supplies (but not to include pharmaceuticals, vaccines, nor medical equipment) to various units of the Ohio Army National Guard. The supplies to be delivered will meet current sterility/purity standards required by the U.S. Food and Drug Administration and will be within shelf life. Reference website: http://www.fda.gov/oc/oha/default.htm . The quality of supplies are to meet specification standards cited in the Feder al Supply Catalog 65-series (e.g. 6505 and 6515). b. Furthermore, the Government will assign, and the DCSLOG will identify, the shelf life of items that bear expiration dates. The vendor will retrieve commercially resaleable items that are nearing expiration and replace them with fresh items. The vend or will not deliver any shelf-life item with less than 3 months shelf life remaining. The Government will receive credit back from the vendor for retrieved items. Credit to be given back will be negotiated. c. It is recognized that certain items, during certain times of the year, are in short supply. When sufficient quantities as required are not available from throughout the United States, or from other- than-domestic sources, the aforementioned products are excluded from the Buy American/ Defense Appropriations Act and equivalent quality items are authorized to be of foreign origin. d. Contract value is estimated to be approximately $250,000.00 per year e. Contract length ? 1 year, with 4 option years. 2. Authorization Process ? a. Units authorized to request and receive supply support under this contract are as follows: Detachment 6, Headquarters STARC Columbus - Beightler C Company, 237th Forward Support Battalion Columbus ? Sullivant Ave. C Company, 118th Medical Company Westerville b. AGOH-DOL-LM will be the only one to authorize specific personnel from these supported units to conduct business (ordering, inspecting, accepting, returning, etc.) with the Vendor. LM will also be the only one to authorize new personnel, or to withdr aw authorization for personnel. c. The individual consignee codes in the vendors system (if needed) will be the supported unit?s Unit Identification Code (UIC) d. The Vendor will email a complete set of up-to-date written instructions for their system to each new person authorized to order. The Vendor will also email updates of written instructions to all currently authorized personnel as appropriate. 3. Ordering Process ? a. The Vendor may decide upon the primary method of ordering: either by the internet, via e-mail, by 1-800 telephone, or via 1-800 fax. The vendor will provide the means for electronic communication (i.e. e-mail, internet web-site, toll-free number, e tc.), at no cost to the government, for supported units to request supplies. Orders may be placed 24 hours a day, 7 days a week. b. Vendor will provide technical support to supported units having difficulty with any ordering methods/procedures. Vendor will provide a single point of contact for the Government with direct communications between 7:30 a.m. and 4:30 p.m. EST. El ectronic answering devices are acceptable. This point of contact will provide responses to Government inquiries for effective customer service within 24 hours. c. Vendor will make training and assistance visits to supported units statewide within five working days, as needed, to help them develop proficiency with the ordering methods/procedures. d. AGOH-DOL-LM will provide, via AGOH-PF-PC, the supported units? designation, delivery locations, authorized representatives. Changes to authorizations will be placed into effect within 24 hours of receipt. e. AGOH-DOL-LM will also provide, via AGOH-PF-PC, a list of ?formulary? items specific to each supported unit. This unit-specific formulary represents the ONLY items that the supported unit is authorized to order/receive. The items and quantities will be determined based on selection of items and quantities of made by the requesting unit (a.k.a. supported unit) fr om their specific formulary. Items not on the formulary may not be ordered ? regardless of ordering method. Vendor must notify AGOH-DOL-LM of any attempts to place unauthorized orders. f. Orders will be ?filled-or-killed?. Requesting unit will be notified immediately if their order is killed g. Deliveries will all be within the borders of the State of Ohio. h. All deliveries will be made to the requesting unit at no cost to the government within 5 working days of receipt of request, excluding federal and state holidays, and between 7:30 a.m. and 4:30 p.m. EST. i. Each supported unit will designate a representative to inspect and accept/refuse shipments. If sterility or purity of delivered items is compromised, or if shelf life is expired, the requesting unit representative will refuse those items, and will a nnotate the delivery ticket/invoice to reflect adjustments. It is then the responsibility of the vendor to replace those items while delivery is taking place, or to authorize the government to replace them at the vendor?s expense. NOTE: The vendor is re quired to make the best effort at providing the required items. j. Inspection and acceptance will be made by the requesting unit representative upon his/her return. 3. Billing Process ? a. The ?Delivered Price? is defined as the actual invoice price of items that the Vendor has supplied to the requesting unit. b. Prices will be firm for the period of one year from the date of the contract. c. There will be a single monthly billing to AGOH-DOL-LM, with all invoices attached d. Payment will be made to the Vendor by USPFO-Ohio. Terms Net 30, or better, after receipt of invoice and acceptance of items. 5. Evaluation Process ? a. Best value to the government: 1st Priority ? Ease of management - Manage the shelf-life of expiration-dated items, retrieve commercially resaleable items, and replace them with fresh items. The Government will receive credit back from the vendor for retrieved items. Credit back will be negotiated. - Items and quantities will be based on selection of items and quantities made by the requesting unit from their specific formulary. Items not on the formulary may not be ordered ? regardless of ordering method. 2nd Priority ? Service - Make a single delivery of all consumable medical and surgical supplies. - The vendor will provide the means for electronic communication (i.e. e-mail, internet web-site, toll-free number, etc.), at no cost to the government, for supported units to request supplies. Orders may be placed 24 hours a day, 7 days a week. - AGOH-DOL-LM will provide, via AGOH-PF-PC, the supported units? designation, delivery locations, authorized representatives. Changes to list of authorized personnel will be placed into effect within 24 hours of receipt. - All deliveries will be made to the requesting unit within 5 working days of receipt of request, excluding federal and state holidays, and between 7:30 a.m. and 4:30 p.m. EST. - If sterility or purity of delivered items is compromised, or if shelf life is expired, the requesting unit representative will refuse those items, and will annotate the delivery ticket/invoice to reflect adjustments. It is then the responsibility of the vendor to replace those items while delivery is taking place, or to authorize the government to replace them at the vendor?s expense. 3rd Priority ? Price - Prices will be firm for the period of one year from the date of the contract. - Credit back will be negotiated. b. AGOH-DOL-LM will host Quarterly In-Progress Review meetings. In support of thi s review, Vendor will provide: List of who is active, and who is not Monthly usage report (sorted by supported unit and by dollar amount) List of ordered items Fill rate report c. AGOH-DOL-LM will host an annual performance review. Vendor will provide listings/reports as above plus any others necessary for an annual-level performance review.
- Place of Performance
- Address: USPFO for Ohio 2811 West Dublin-Granville Road, Columbus OH
- Zip Code: 43235-2788
- Country: US
- Zip Code: 43235-2788
- Record
- SN00232293-W 20030101/021230213340 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |