SOLICITATION NOTICE
65 -- Pharmaceutical Prime Vendor Global GEN V Presolicitation
- Notice Date
- 2/1/2024 12:44:00 PM
- Notice Type
- Presolicitation
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111 USA
- ZIP Code
- 19111
- Solicitation Number
- SPE2DX-24-R-0001
- Archive Date
- 03/15/2024
- Point of Contact
- CATHERINE GILBERT, Phone: 2157374778, Lorinda Ferraiolo, Phone: 2157377014
- E-Mail Address
-
catherine.gilbert@dla.mil, lorinda.ferraiolo@dla.mil
(catherine.gilbert@dla.mil, lorinda.ferraiolo@dla.mil)
- Description
- The Defense Logistics Agency (DLA) Troop Support Medical Supply Chain is�planning to issue a�solicitation for the Pharmaceutical Prime Vendor Global Program Generation V (PPV-G GEN V). The purpose of this acquisition is for DLA Troop Support to establish Prime Vendor Contracts for the PPV-G program which provides worldwide support to Defense Health Agency (DHA), �Department of Defense (DoD) customers, the United States Coast Guard, Designated Providers, Other Government Agencies, and the US Naval Fleet which includes the Hospital Ships USNS Mercy and USNS Comfort by providing pharmaceutical (brand, generic, specialty), and pharmaceutical-related products. Throughout the contract, the Pharmaceutical Prime Vendor (PPV) is expected to support normal day-to-day operations, planned and unplanned contingency, Prime Vendor Readiness (PVR) and War Readiness Materiel (WRM) support to Continental United States (CONUS) and Outside the Continental United States (OCONUS) locations.� The Government intends to make multiple Primary Supplier awards for this procurement for the North/EUCOM, West/PACOM, South/SOUTHCOM, and Fleet (CONUS/OCONUS) line items and one award for the Back-Up supplier (all regions) line items. The intent is to have at least have three different contractors awarded under this solicitation.� This course of action will ensure that no one Primary Supplier receives an award for all the Military Services� pharmaceutical requirements.� This diversification increases the Department of Defense�s resiliency and access to vital pharmaceuticals during times of contingency or natural disasters. A vendor may propose offers on all line items i.e. North/EUCOM (0001AA-0002AD), West/PACOM (0003AA-0004AD), South/SOUTHCOM (0005AA-0006AD), Fleet (0007AA-0008AD) and Back-Up (0009AA-0010AD). Any vendor who is awarded a contract as a Primary Supplier will be ineligible as an awardee for the Back-Up Supplier (Lines 0009AA-0010AD). A vendor may be awarded no more than three of the North/EUCOM, West/PACOM, South/SOUTHCOM, and Fleet (CONUS/OCONUS) regions. Award(s) will be made on a region basis with separate awards for each region.� Line items are for separate requirements/regions and orders will not be competed since this is requirements contract with separate requirements for each line item and not a multiple award contract. The Government will make awards based on the evaluation criteria cited in the solicitation.� The awarded contractor(s) will be responsible to furnish pharmaceutical products in accordance with the specified ordering, packaging, shipping, receiving, and unique requirements as stated in the solicitation.� This acquisition will cover medical pharmaceuticals in the 6505 stock catalog/schedule and the current National Drug Code (NDC) database. Both the Primary Supplier(s) and Back-up Supplier will provide separate distribution fees for brand/generic drugs and specialty drugs. This will be an unrestricted and fully competitive acquisition. The contract(s) will be a firm-fixed price, requirements type contract with a thirty (30) month base and three (3) thirty (30) month options. The estimated value for all regions including all options is $30.3 billion. This is a Lowest Price Technically Acceptable (LPTA) Acquisition.� DLA Troop Support will make an award to the responsive and responsible offeror whose proposal is determined to be technically acceptable and provides the lowest overall price to the Government considering the base and all option periods.� Lowest Price is based on best overall distribution fee computation.� In addition to the LPTA, it is the intention of the Government to use the Reverse Auction strategy to obtain the best distribution fee possible for the Primary Supplier(s).� The offeror is required to submit its distribution fees for each line item as stated above.� The Reverse Auction process may be used to determine the final distribution fees for purposes of evaluation for award. A vendor pre-proposal conference will be held prior to the solicitation closing date. This conference will serve as an opportunity for vendors to ask pertinent questions before the proposal is submitted.� Information regarding the conference will be addressed in the solicitation and synopsized at a later date.� Any questions regarding the upcoming solicitation and conference may be forwarded to the POCs listed below. A copy of the solicitation will be posted to the DLA Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil and Sam.Gov at https://beta.sam.gov/. Interested parties should contact Lorinda Ferraiolo (215-737-7014) (Lorinda.ferraiolo@dla.mil) Catherine Gilbert (215-737-4778) (catherine.gilbert@dla.mil), and/or Lisa Quinn (215-737-8787) (lisa.quinn@dla.mil) for any questions/comments. Interested parties are further advised to�set up automated notifications of pre-solicitation or solicitation changes through this website. The current projected solicitation date is March, 2024. DLA reserves the right to issue the solicitation before or after the projected solicitation date. Once the solicitation is available on Sam.Gov it will remain open for 45 days.� All responsible sources that submit a proposal will be considered by the Agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bae3e46b4e4c421385f0d20aaf2c4525/view)
- Record
- SN06952660-F 20240203/240201230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |