EXAM GLOVES, NITRILE - VARIOUS SIZES
FAR Part 12 procedures apply to this solicitation. PROMPT PAY PROCEDURES WILL APPLY TO ANY FORTHCOMING AWARD ACTION AGAINST THE SUBJECT SOLICITATION’S REQUIREMENTS. Subject acquisition is hereby being... FAR Part 12 procedures apply to this solicitation. PROMPT PAY PROCEDURES WILL APPLY TO ANY FORTHCOMING AWARD ACTION AGAINST THE SUBJECT SOLICITATION’S REQUIREMENTS. Subject acquisition is hereby being issued as “UNRESTRICTED” and is also being issued to solicit for “Request for Proposals” (RFPs). Solicitation Number: SPE2DS-21-R-0002 Opening/Closing Date and Time: 12/15/2020 / 12/18/2020 06:00PM EST NOTE: Please reference FAR Clause 52.212-2 (Evaluation – Commercial Items) for detailed specifics on how offerors will be evaluated contained in the attached solicitation document. 1. All offers shall be submitted via email to Abin.Mathai@dla.mil and Brian.Schott@dla.mil. For larger e-mails, typically greater than 5MB, either submit in a single email using Zip files, in multiple, numbered emails, or coordinate with Abin Mathai and Brian Schott prior to submittal in order for DLA to set up a vendor DoD SAFE account via https://safe.apps.mil/ ahead of time for large document uploads. Please note you will need an email invite from DLA to be able to upload submissions to DoD SAFE. If you have any questions you may contact Abin Mathai at Abin.Mathai@dla.mil or Brian Schott at Brian.Schott@dla.mil. If the offer is submitted by email or DoD SAFE submissions, all emails / submissions must be received by the date and time established for receipt of offers in order to be considered timely. 2. Electronic submissions must use Microsoft Word, Adobe PDF, and/or Microsoft excel formats. 3. Vendors may revise or withdraw their offer up to the closing date cited under this solicitation. 4. Offer must be valid for 90 days after the closing date. 5.. Item No., Schedule of Supplies/Services, Quantity, Unit: SCHEDULE OF SUPPLIES/SERVICES General Product description: A patient examination glove is a disposable device intended for medical purposes that is worn on the examiner's hand or finger to prevent contamination between patient and examiner. Products sought include examination gloves that are nitrile, non-sterile, powder-free, ambidextrous, beaded cuff, and not made with natural rubber latex in various sizes ranging from Small (SM), Medium (MED), Large (LG), and Extra Large (XL). ITEM NO. - 0001 ITEM IDENTIFICATION: EXAM GLOVES, NITRILE - SIZE SMALL QUANTITY - 350,000 BXs (100EA) – this is the advertised Unit of Issue/Unit of Measure – Other identifiable Units of Issue and Measure WILL be considered if offered. If quantities are being offered in any other forms of packaging (for example in as BXs of 200EA) then the total amount of quantity in that specific Unit of Issue/Measure being offered must be equivalent to the total EACH quantity for each size being requested. UNIT PRICE $_______________ (Price shall be F.O.B. Destination) ///////////////////////////////////////////////////////////// ITEM NO. - 0002 ITEM IDENTIFICATION: EXAM GLOVES, NITRILE - SIZE MEDIUM QUANTITY - 1,400,000 BXs (100EA) – this is the advertised Unit of Issue/Unit of Measure – Other identifiable Units of Issue and Measure WILL be considered if offered If quantities are being offered in any other forms of packaging (for example in as BXs of 200EA) then the total amount of quantity in that specific Unit of Issue/Measure being offered must be equivalent to the total EACH quantity for each size being requested. UNIT PRICE $_______________ (Price shall be F.O.B. Destination) //////////////////////////////////////////////////////////// ITEM NO. - 0003 ITEM IDENTIFICATION: EXAM GLOVES, NITRILE - SIZE LARGE QUANTITY - 1,400,000 BXs (100EA) – this is the advertised Unit of Issue/Unit of Measure – Other identifiable Units of Issue and Measure WILL be considered if offered. If quantities are being offered in any other forms of packaging (for example in as BXs of 200EA) then the total amount of quantity in that specific Unit of Issue/Measure being offered must be equivalent to the total EACH quantity for each size being requested. UNIT PRICE $_______________ (Price shall be F.O.B. Destination) /////////////////////////////////////////////////////////// ITEM NO. - 0004 ITEM IDENTIFICATION: EXAM GLOVES, NITRILE - SIZE X-LARGE QUANTITY - 350,000 BXs (100EA) – this is the advertised Unit of Issue/Unit of Measure – Other identifiable Units of Issue and Measure WILL be considered if offered. If quantities are being offered in any other forms of packaging (for example in as BXs of 200EA) then the total amount of quantity in that specific Unit of Issue/Measure being offered must be equivalent to the total EACH quantity for each size being requested. UNIT PRICE $_______________ (Price shall be F.O.B. Destination) ///////////////////////////////////////////////////////////// CAUTION NOTICE 1. Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment The provisions/clauses as indicated below are hereby incorporated into this solicitation (SPE2DS-21-R-0002). As part of its response to this solicitation, vendors are required to provide representation to FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020), FAR 52.204-25 (AUG 2020), FAR 52.204-26 (OCT 2020), DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019 ), DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019), DFARS 252.204-7018 (DEC 2019). 2. Subcontracting Plan All large business offerors must submit a subcontracting plan with their offer. Instructions for submitting the subcontracting plan are included in FAR 52.212-1. Contractors are required to report progress on subcontracting goals to the electronic Subcontracting Reporting System (eSRS) twice a year. eSRS is an internet-based tool that streamlines the process of reporting on subcontracting plans and provides agencies with access to analytical data on subcontracting performance. More information on eSRS can be found at DGPA 19.7: http://www.troopsupport.dla.mil/contract/dgpa/dgpa19.asp#dgpa19_705_7_p and www.esrs.gov. 3. Contractor Code of Business Ethics (FEB 2012 ) FAR Part 3.1002(a) requires all government contractors to conduct themselves with the highest degree of integrity and honesty. Contractors should have a written code of business ethics and conduct within thirty days of award. To promote compliance with such code of business ethics and conduct, contractors should have an employee business ethics and compliance training program that facilitates timely discovery and disclosure of improper conduct in connection with government contracts and ensures corrective measures are promptly instituted and carried out. A contractor may be suspended and/or debarred for knowing failure by a principal to timely disclose to the government, in connection with the award, performance, or closeout of a government contract performed by the contractor or a subcontract awarded there under, credible evidence of a violation of federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in title 18 of the United States Code or a violation of the False Claims Act. (31 U.S.C. 3729-3733) If this solicitation or contract includes FAR clause 52.203-13 - CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT; the contractor shall comply with the terms of the clause and have a written code of business ethics and conduct; exercise due diligence to prevent and detect criminal conduct; promote ethical conduct and a commitment to compliance with the law within their organization; and timely report any violations of federal criminal law involving fraud, conflict of interest, bribery or gratuity violations found in title 18 of the United States Code or any violations of the False Claims Act. (31 U.S.C. 3729-3733). When FAR 52.203-13 is included in the contract, contractors must provide a copy of its written code of business ethics and conduct to the contracting officer upon request by the contracting officer. 4. Wide Area Workflow (WAWF ) The Department of Defense is mandating use of the Wide Area Work Flow (WAWF). The contract awardee WILL BE REQUIRED to use WAWF. Wide Area Workflow is a secure Web-based system for electronic invoicing, receipt and acceptance. WAWF creates a virtual folder to combine the three documents required to pay a Vendor - the Contract, the Invoice, and the Receiving Report. The WAWF application enables electronic form submission of Invoices, government inspection, and acceptance documents in order to support DoD's goal of moving to a paperless acquisition process. WAWF helps to mitigate interest penalty payments due to lost or misplaced documents and highlights Vendor offered discounts so that the DoD benefits on both fronts, in addition to streamlining the whole process from weeks to days or minutes. 5. All offerors shall provide a written certification that they shall fully comply with all the solicitation requirements and are not taking exception to any terms or conditions. With its offeror, each offeror must submit as a separate document certification stating as follows: “[Offeror ABC] shall fully comply with all solicitation requirements and is not taking exception to any terms or conditions.” The certification must be signed by a representative of the offeror and dated. 6. Berry Amendment: Offerors are advised that the Berry Amendment, 10 U.S.C. § 2533a, implemented by DFARS Clause 252.225-7012, Preference for Certain Domestic Commodities, may apply to the items they offeror in response to this Solicitation. Offerors should review DFARS 252.225-7012 and consider its implications for their proposal. 7. Item Specification: As part of its response to this solicitation, vendors are required to furnish product specifications for review and approval by DLA Troop Support. STATEMENT OF WORK I. Contract Scope DLA-Troop Support Medical Directorate intends to award a Firm Fixed Price (FFP) contract for EXAMINATION GLOVES, NITRILE - in the following four (4) sizes - Small, Medium, Large and X-Large. The total required quantity is 350 MILLION eaches (EA) split among the following 4 size categories AND PREFERRED UNIT OF ISSUE/MEASURE: SMALL: 35 Million (350,000 BXs of 100EA) MEDIUM: 140 Million (1,400,000 BXs of 100EA) LARGE: 140 Million (1,400,000 BXs of 100EA) EXTRA LARGE: 35 Million (350,000 BXs of 100EA) As previously noted and to re-emphasize for effect, the above are the advertised Unit of Issue/Unit of Measure – Other identifiable Units of Issue and Measure WILL be considered if offered. If quantities are being offered in any other forms of packaging (for example in as BXs of 200EA) then the total amount of quantity in that specific Unit of Issue/Measure being offered must be equivalent to the total EACH quantity for each size being requested. Upon further evaluation of offers IAW FAR 52.212-2, eventual awardee of subject requirement will be provided, by the DLA Troop Support acquisition specialist and contracting officer, a list of LSNs (Local Stock Numbers), for each size category – which will be established by the agency – for the purpose of not only providing an avenue for identifying the material to be involved but also for providing the framework for the awardee to properly package, label and ship material to the New Cumberland PA depot after receipt of award notice. Early and or partial deliveries are acceptable at no extra expense to the government. 50% of the total qty being requested of each clin for each size MUST be delivered by or before 28 FEB 2021. The remaining 50% MUST be delivered on or before 31 MAR 2021. It is the preference of the buying activity that vendors provide us proposed pricing that encompasses their best available options with respect to providing delivery in the most optimal form by the noted dates. Please do not provide multiple unit prices for different methods of delivery to include the 50% of total qty being requested by 28 FEB 2021. Total requested quantity is to be delivered to one (1) location: SM3100 DLA Distribution Susquehanna, PA Unit and Set Assembly Operation U AVE BLDG 89 -- Door #6 New Cumberland PA 17070-5001 POC = Kevin Echelberger @ Kevin.Echelberger@dla.mil II. Specifications The vendor shall supply EXAM GLOVES, NITRILE with the following characteristics: As these products may be stockpiled, the regulatory flexibility described in the FDA enforcement policy for gloves that is in effect during the COVID-19 public health emergency does not apply. Examination gloves are required to meet the requirement outlined in 21 CFR 880.6250 to include premarket notification. Proof of 510(K) clearance must be submitted with the vendor proposal. Examination gloves are required to meet the general controls specified in the Medical Device Amendments of the Food, Drug and Cosmetic Act to include registration, listing of devices, good manufacturing practices, labeling, and prohibitions against misbranding and adulteration. Minimum Requirements: 1. Vendor must offer commercially available products for all items offered in response to this Solicitation 2. Vendor must provide product catalog & literature for any items offered in response to this solicitation. Vendor must submit the following information: Full item description, Distributor Part Number, Manufacturer Part Number, Manufacturer Name, and Number of eaches in Unit of Sale. Supporting documentation must be in form of commercially available catalogs and product literature (e.g. brochures, user manuals, product packaging, product specification sheets, product images, etc.). 3. Vendor must provide Exam Gloves that are FDA cleared and provide 510(K) documentation to support this with initial submittal. 4. Vendor must provide Exam Gloves that meet the ASTM D6319 (Standard Specification for Nitrile Examination Gloves for Medical Application) and provide documentation to support this with initial submittal. 5. Vendor must provide Exam Gloves products that are ambidextrous with a beaded cuff, and textured finger tips and provide documentation to support this with initial submittal. 6. Vendor must provide Nitrile Exam Gloves products with length of at least 9 inches and no more than 10 inches and provide documentation to support this with initial submittal. 7. Vendors much provide Nitrile Exam Gloves products with 2.8 mil to 6 mil finger thickness and provide documentation to support this with initial submittal. 8. Vendor must provide Nitrile Exam Gloves products in blue, lavender, purple, or gray color and provide documentation to support this with initial submittal. 9. Vendor must provide Exam Gloves products that are not made with natural rubber latex. Vendor must also provide submittal documentation establishing that the offered products are not made with natural rubber latex. The vendor must meet this requirement in one of three ways: 1) demonstrating that the labeling for the offered products contains the FDA recommended statement "Not made with natural rubber latex," 2) demonstrating that the ISO BS EN 15223-1:2016 symbol [reference number 5.4.5] is on the labeling for the offered products, or 3) if the product labeling does not contain the FDA recommended statement or the ISO BS EN 15223-1:2016 symbol [reference number 5.4.5], the vendor must provide a signed letter stating that the offered products are "not made with natural rubber latex.". 10. Vendor must provide Exam Glove products with the following characteristics documented on the individual product box indicated in a statement or by the ISO BS EN 15223-1:2016 symbol(s), and provide documentation to support this with initial submittal: a. Powder-free b. Single use c. Non-sterile d. Lot number e. Size f. Net quantity of contents g. Ambidextrous
Data sourced from SAM.gov.
View Official Posting »