Paneled Warming Blanket – Hypothermia Prevention
ID: MD-2409-57Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORTPHILADELPHIA, PA, 19111, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is initiating a presolicitation for the establishment of a Qualified Suppliers Listing (QSL) for the MD-2409-57 Paneled Warming Blanket, designed for hypothermia prevention. This procurement aims to gather information and evaluate products that provide active heat through oxygen-activated panels, intended for use in both non-hospital and post-operative settings for patients experiencing shock and trauma. The blankets are single-use, resistant to wind and fluids, and contain an iron oxide heat source, underscoring their critical role in medical emergencies. Interested vendors must have or be in the process of obtaining a Distribution and Pricing Agreement (DAPA) and ensure compliance with the Trade Agreements Act (TAA). The QSL Announcement is expected to be released on or about December 12, 2024, and further details will be available on the SAM.gov website. For inquiries, contact Tara J. Perrien, Contracting Officer, at tara.perrien@dla.mil.

    Point(s) of Contact
    MMESO Enterprise Wide Standardization
    dha.detrick.med-log.mbx.mmeso@mail.mil
    Tara J. Perrien, Contracting Officer
    tara.perrien@dla.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Non-Reinforced Heat Reflective Shell – Hypothermia Prevention
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for the MD-2409-56 Non-Reinforced Heat Reflective Shell, aimed at hypothermia prevention in non-hospital settings. This initiative seeks to identify and evaluate products designed to envelop patients suffering from hypothermia, with specifications including materials such as Bi-axially-oriented polyethylene terephthalate (BoPET) and options for both active and passive heat sources. The QSL will facilitate the procurement of these critical medical supplies, which must comply with Trade Agreements Act (TAA) regulations and be manufactured in compliant countries. Interested vendors should ensure they have an active Distribution and Pricing Agreement (DAPA) and are registered in the System for Award Management (SAM) to participate. For further details, vendors can contact Tara J. Perrien, Contracting Officer, at tara.perrien@dla.mil, and should monitor the SAM.gov website for the forthcoming QSL Announcement expected around December 12, 2024.
    Cloth, Chlorhexidine Gluconate Pre-Op Prep
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for Cloth, Chlorhexidine Gluconate Pre-Op Prep products, with a presolicitation notice expected to be released on or about February 2, 2025. This initiative aims to solicit information and evaluate products such as single-use, rinse-free cloths pre-saturated with 2% Chlorhexidine Gluconate, which are essential for skin antisepsis prior to surgical procedures. Vendors interested in participating must have a Distribution and Pricing Agreement (DAPA) and ensure their products are manufactured in a Trade Agreements Act (TAA) compliant country, with all relevant details to be made available on the SAM.gov website upon the QSL announcement. For further inquiries, interested parties can contact Tara J. Perrien, Contracting Officer, at tara.perrien@dla.mil.
    Specimen Container Peel Pack
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
    Vaginal Specula Disposable
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for Disposable Vaginal Specula. This initiative aims to solicit information and products for evaluation, focusing on single-use, sterile and non-sterile Pederson style vaginal specula in various sizes, which will be utilized in outpatient OB/GYN, emergency department, or urgent care settings, excluding surgical procedures. Interested vendors must have or be in the process of obtaining a Distribution and Pricing Agreement (DAPA) and ensure compliance with the Trade Agreements Act (TAA), with the QSL Announcement expected to be released on or about February 2, 2025. For further inquiries, vendors can contact Tara J. Perrien, Contracting Officer, at tara.perrien@dla.mil or the MMESO Enterprise Wide Standardization at dha.detrick.med-log.mbx.mmeso@mail.mil.
    Pulse Oximeter-Fingertip (Non-Aeromedical Certified)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking vendors to establish a Qualified Suppliers Listing (QSL) for Pulse Oximeter-Fingertip (Non-Aeromedical Certified) devices. This procurement aims to standardize medical equipment utilized by Military Treatment Facilities (MTFs) across the armed forces, with an anticipated annual sales volume of approximately $107,760. Eligible vendors must possess a Defense Medical Materiel (DMM) number, a Distribution and Pricing Agreement (DAPA), and comply with FDA regulations, including the exclusion of natural rubber latex in their products. Interested parties should complete the QSL Package Worksheet by March 13, 2025, and will be invited to submit pricing quotes around May 8, 2025. For further inquiries, vendors can contact Mr. Riley Whittlesey at riley.w.whittlesey.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    84--POUCH,HAND WARMER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of hand warmers, specifically under the title "84--POUCH, HAND WARMER." This solicitation is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and falls under the NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing. Hand warmers are critical for individual equipment, particularly in military operations, ensuring personnel maintain warmth and comfort in cold environments. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Skin Staplers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for Skin Staplers, with a presolicitation notice expected to be released on or about February 9, 2025. This initiative aims to solicit information and products for evaluation, focusing on sterile, single patient use skin staplers designed for external skin closure, while excluding reloadable, reprocessed, absorbable, or rotating head staplers. The selected products must comply with the Trade Agreements Act (TAA) and be manufactured in compliant countries, with all vendors required to have a Distribution and Pricing Agreement (DAPA) and an active account in the System for Award Management (SAM). For further details, interested parties can contact Tara J. Perrien, Contracting Officer, at tara.perrien@dla.mil or refer to the DLA website for additional information regarding the MSPV program.
    Coveralls Flyers, Anti-Exposure, CWU-86/P & CWU-87/P
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking contractors for the manufacture and delivery of Anti-Exposure Coveralls, specifically the CWU-86/P and CWU-87/P models. These coveralls must be constructed from waterproof, flame-resistant, and moisture vapor-permeable materials, with a new pattern date set for June 24, 2024, and a notable design adjustment involving the removal of a pocket. The procurement is critical for ensuring the safety and operational readiness of personnel in specialized flight environments, with a planned Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity (IDIQ) contract spanning five years and including guaranteed minimum and maximum annual quantities ranging from 225 to 1,625 units. Interested contractors should prepare for First Article Testing and ensure compliance with federal sourcing regulations, with the solicitation expected to be released in November 2024; for further inquiries, contact Lisa Pizzo at lisa.pizzo@dla.mil or 215-737-8076.
    CANOPY RELEASE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is preparing to solicit a firm-fixed price Request for Proposal (RFP) for the procurement of parachute-related items, specifically NSN 1670-008666878. This procurement is classified as a critical application item, and it is restricted to an approved source, Mission Systems Davenport Inc., requiring engineering source approval for any alternate offers. The estimated quantity for this contract is up to 337 units, with delivery expected within 600 days after the order, and the solicitation will be available approximately on February 5, 2025. Interested parties can reach out to Helen Davis at helen.davis@dla.mil for further inquiries.
    DLA Hospital Supply TLS Sources Sought
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a market research survey to identify potential vendors for its Tailored Logistic Support (TLS) initiative, which focuses on acquiring hospital supply equipment and services for military and federally funded medical facilities. The initiative aims to enhance logistics support for medical professionals, requiring comprehensive supply chain capabilities, including shipping, inventory management, and transportation visibility. The anticipated contract, which may involve three to five Fixed Price Indefinite Quantity/Indefinite Delivery contracts with a cumulative maximum value of $400 million over five years, is set to last one year with four optional extensions. Interested vendors must submit a Capability Statement detailing their qualifications and capabilities, including email and Electronic Data Interchange (EDI) capabilities, by March 7, 2025. For further inquiries, vendors can contact Yasmeen Turner at yasmeen.turner@dla.mil or Zahkiyah Taylor at Zahkiyah.Taylor@dla.mil.