View
2
Download
0
Category
Preview:
Citation preview
CERTIFICATION OF CONTRACT
Title: Medical and Dental Supplies
Contract Number: 475-000-11-1
RFP Number: 10-475-000-J
Effective: September 20, 2010 through September 19, 2013
Supersedes: 475-000-05-1
Contractors: Medical Supplies; Binson Hospital Supplies (A)
Henry Schein (A)
Physicians Sales and Services (A)
Dental Supplies; Henry Schein (A)
Patterson Dental (A)
A) AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services, a contract has been executed between the State of Florida and the designated contractors.
B) EFFECT - This contract was entered into to provide economies in the purchase of Medical and Dental Supplies by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified.
C) ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes.
All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.)
D) CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office.
E) SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions.
___ _____________________________
Authorized Signature (date)
DSP/ds
Attachments
REQUEST FOR PROPOSAL (RFP)
FOR
MEDICAL AND DENTAL SUPPLIES RFP NO. 10-475-000-J
RFP ISSUE DATE: JULY 13, 2010RESPONSES DUE: AUGUST 18, 2010
REFER ALL INQUIRIES TO:DONNA SMITH , PURCHASING ANALYST
STATE OF FLORIDADEPARTMENT OF MANAGEMENT SERVICES, DIVISION OF STATE PURCHASING
4050 ESPLANADE WAY, SUITE 360TALLAHASSEE, FL 32399
PHONE: 850-488-8855FAX: 850-414-6122
EMAIL: DONNA.SMITH@DMS.MYFLORIDA.COM
RFP No. 10-475-000-J Medical and Dental Supplies Page 1
Table of Contents
SECTION 1.0 INTRODUCTION1.1 Introduction and Overview1.2 Event Timeline
SECTION 2.0 General Instructions to Respondents (PUR 1001)2.1. Definitions.2.2. General Instructions.2.3. Electronic Submission of Responses.2.4. Terms and Conditions.2.5. Questions.2.6. Conflict of Interest.2.7. Convicted Vendors.2.8. Discriminatory Vendors.2.9. Respondent’s Representation and Authorization.2.10. Manufacturer’s Name and Approved Equivalents. 2.11. Performance Qualifications.2.12. Public Opening.2.13. Electronic Posting of Notice of Intended Award.2.14. Firm Response.2.15. Clarifications/Revisions.2.16. Minor Irregularities/Right to Reject.2.17. Contract Formation.2.18. Contract Overlap.2.19. Public Records.2.20. Protests.2.21. Limitation on Vendor Contact with Agency during Solicitation Period
Section 3.0 Special Instructions To Respondents3.1 Contact Person3.2 Definitions3.3 Firm Response3.4 Electronic Posting of Award 3.5 Order of Precedence3.6 Submittal of Response3.7 Addendums to the Solicitation Documents3.8 Submittal Content 3.9 Estimated Sales 3.10 Evaluation and Selection Process3.11 Basis for Award 3.12 Price3.13 Lobbying3.14 Documentation Becomes the Property of the State3.15 Notice to Contractor3.16 Method of Payment3.17 Environmental Considerations 3.18 Certification of Drug-Free Workplace Program
RFP No. 10-475-000-J Medical and Dental Supplies Page 2
3.19 Public Entity Crimes
SECTION 4.0 GENERAL CONTRACT CONDITIONS (STATE OF FLORIDA FORM PUR 1000)4.1 Definitions.4.2 Purchase Orders.4.3 Product Version.4.4 Price Changes Applicable only to Term Contracts.4.5 Additional Quantities.4.6 Packaging.4.7 Inspection at Contractor’s Site.4.8 Safety Standards.4.9 Americans with Disabilities Act.4.10 Literature.4.11 Transportation and Delivery.4.12 Installation.4.13 Risk of Loss.4.14 Transaction Fee.4.15 Invoicing and Payment.4.16 Taxes.4.17 Governmental Restrictions.4.18 Lobbying and Integrity.4.19 Indemnification.4.20 Limitation of Liability.4.21 Suspension of Work.4.22 Termination for Convenience.4.23 Termination for Cause.4.24 Force Majeure, Notice of Delay, and No Damages for Delay.4.25 Changes.4.26 Renewal.4.27 Purchase Order Duration.4.28 Advertising.4.29 Assignment.4.30 Antitrust Assignment4.31 Dispute Resolution.4.32 Employees, Subcontractors, and Agents.4.33 Security and Confidentiality.4.34 Contractor Employees, Subcontractors, and Other Agents.4.35 Insurance Requirements.4.36 Warranty of Authority.4.37 Warranty of Ability to Perform.4.38 Notices.4.39 Leases and Installment Purchases.4.40 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE).4.41 Products Available from the Blind or Other Handicapped.4.42 Modification of Terms.4.43 Cooperative Purchasing.4.44 Waiver.4.45 Annual Appropriations.4.46 Execution in Counterparts.4.47 Severability.
RFP No. 10-475-000-J Medical and Dental Supplies Page 3
SECTION 5.0 SPECIAL CONTRACT CONDITIONS5.1 Customer Service Support5.2 Insurance Requirements5.3 Contract Revisions5.4 Compliance with Laws5.5 Price Escalation / De-Escalation5.6 Punch out Catalogues and e-Invoicing5.7 Emergency Contact5.8 Performance and Payment Bonds5.9 Contractor Performance5.10 Delays and Complaints5.11 Sales Requirements5.12 Contract Sales Summary Report5.13 State Objectives
SECTION 6.0 TECHNICAL SPECIFICATIONS6.1 Purpose6.2 Experience and Certifications6.3 Scope
SECTION 7.0 FORMS AND ATTACHMENTSAttachment 1: Proposal Checklist FormAttachment 2: Reference SummariesAttachment 3: Experience Certification FormAttachment 4: Respondents Capability Form with District MapAttachment 5: Ordering InstructionsAttachment 6: Certification of Drug Free Workplace ProgramAttachment 7: Excel® Price Sheet
RFP No. 10-475-000-J Medical and Dental Supplies Page 4
SECTION 1INTRODUCTION
1.1 Introduction and Overview
The Department of Management Services, Division of State Purchasing, invites interested companies to submit bids in accordance with these solicitation documents. The purpose of this Request for Proposal (RFP) is to establish a three (3) year state term contract for Medical and Dental Supplies with the potential for renewal in accordance with F.S. 287.057(1)(a) and if deemed in the best interest of the State.
The contract resulting from this solicitation, if any, will provide efficiency and economy for state agencies and eligible users, by providing a preferred price schedule from one or more manufacturers and/or authorized distributors of medical and dental supplies. It is intended that the resultant contract, if any, be a multiple award; however, the State does reserve the right to award the entire contract, if any, to a single Contractor. This RFP and subsequent contract, if any, does not guarantee any level of business to the awarded supplier(s).
The awarded supplier(s) will receive Direct Orders (DO), or Purchase Orders (PO) or credit card orders directly from the Customer.
This solicitation includes the following Commodity Code (description is to the right) and components thereof;
475-XXX Hospital Supplies260-XXX Dental Equipment and Supplies
1.2 Event Timeline
Respondents should review and become familiar with the Event Timeline. The dates and times of each activity within the Timeline may be subject to change. It is the responsibility of the Respondent to check for any changes. All changes to the Timeline will be made through an addendum to this solicitation and posted within the Vendor Bid System (http://vbs.dms.state.fl.us/vbs/main_menu) and MyFloridaMarketPlace http://dms.myflorida.com/business_operations/state_purchasing/myflorida_marketplace/vendors/vendor_tools/sourcing_solicitations sourcing tool.
A non-mandatory bid conference will address general questions related to the submittal process. Any questions related to specifications or requirements of the solicitation shall be addressed through the question and answer process. (See Section 2.5) Potential Respondents may call 1-888-808-6959 at 3:30 on July 16, 2010 to participate. Use Conference Code 4888855.
Event Event Date1 Post notice of solicitation on Vendor Bid System (VBS) and MyFloridaMarketPlace
sourcing tool. Solicitation will initially be in “preview” status where offerors can view/download all information and ask questions, but CANNOT input or submit responses.
July 13, 2010
2 Bid Conference – Non Mandatory – 1:00 to 2:00 PM Call in with your questions July 15, 2010
RFP No. 10-475-000-J Medical and Dental Supplies Page 5
regarding the use of MFMP.4050 Esplanade Way, Tallahassee, FL 32399. Potential Respondents do not need to travel to Tallahassee. Teleconferencing is provided. Please call 888-808-6959 and use Conference Code 4888855
3 Deadline to submit final questions via the MyFloridaMarketPlace sourcing tool Q&A Board
July 20, 2010
4 Post answers to questions as an Addendum to the solicitation on Vendor Bid System (VBS) and MyFloridaMarketPlace sourcing tool.
July 23, 2010
5 Deadline to submit RFP response, including all required documents, in CD format. Responses are due no Later than 2:00 PM EDT.
August 18, 2010
6 Evaluators Meeting and Award recommendation To be Announced
via Amendment
6 Notice of Intent to Award posted on Vendor Bid System (VBS) TBD7 Contract formation date Per Section
2.17
The balance of this sheet is blank, intentionally
RFP No. 10-475-000-J Medical and Dental Supplies Page 6
State of FloridaSection 2PUR 1001
General Instructions to Respondents
Contents1. Definitions.2. General Instructions.3. Electronic Submission of Responses.4. Terms and Conditions.5. Questions.6. Conflict of Interest.7. Convicted Vendors.8. Discriminatory Vendors.9. Respondent’s Representation and Authorization.10. Manufacturer’s Name and Approved Equivalents. 11. Performance Qualifications.12. Public Opening.13. Electronic Posting of Notice of Intended Award.14. Firm Response.15. Clarifications/Revisions.16. Minor Irregularities/Right to Reject.17. Contract Formation.18. Contract Overlap.19. Public Records.20. Protests.21. Limitation on Vendor Contact with Agency During Solicitation Period
1. Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined:
(a) "Buyer" means the entity that has released the solicitation. The “Buyer” may also be the “Customer” as defined in the PUR 1000 if that entity meets the definition of both terms.
(b) "Procurement Officer" means the Buyer's contracting personnel, as identified in the Introductory Materials.
(c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions.
(d) "Response" means the material submitted by the respondent in answering the solicitation.(e) "Timeline" means the list of critical dates and actions included in the Introductory Materials.
2. General Instructions. Potential respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly.
3. Electronic Submission of Responses. Respondents are required to submit responses electronically. For this purpose, all references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by means of clicking the "Submit Response" button (or other similar symbol or process) attached to or logically associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its response constitutes:
an electronic signature on the response, generally,
RFP No. 10-475-000-J Medical and Dental Supplies Page 7
an electronic signature on any form or section specifically calling for a signature, and an affirmative agreement to any statement contained in the solicitation that requires a
definite confirmation or acknowledgement.
4. Terms and Conditions. All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed:
Technical Specifications, Special Conditions and Instructions, Instructions to Respondents (PUR 1001), General Conditions (PUR 1000), and Introductory Materials.
The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent’s response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response.
5. Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing information. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions.
6. Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates.
7. Convicted Vendors. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list:
submitting a bid on a contract to provide any goods or services to a public entity; submitting a bid on a contract with a public entity for the construction or repair of a public
building or public work; submitting bids on leases of real property to a public entity; being awarded or performing work as a contractor, supplier, subcontractor, or consultant
under a contract with any public entity; and transacting business with any public entity in excess of the Category Two threshold
amount ($35,000) provided in section 287.017 of the Florida Statutes.
RFP No. 10-475-000-J Medical and Dental Supplies Page 8
8. Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not:
submit a bid on a contract to provide any goods or services to a public entity; submit a bid on a contract with a public entity for the construction or repair of a public
building or public work; submit bids on leases of real property to a public entity; be awarded or perform work as a contractor, supplier, sub-contractor, or consultant
under a contract with any public entity; or transact business with any public entity.
9. Respondent’s Representation and Authorization. In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so).
The respondent is not currently under suspension or debarment by the State or any other governmental authority.
To the best of the knowledge of the person signing the response, the respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract.
Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract.
The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response.
The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent, and they will not be disclosed before the solicitation opening.
The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section 287.133(1)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company.
Neither the respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment
rendered against them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or
o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default.
RFP No. 10-475-000-J Medical and Dental Supplies Page 9
The product offered by the respondent will conform to the specifications without exception.
The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions.
If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State.
The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response.
The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent’s preparation of its bid.
All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes.
10. Manufacturer’s Name and Approved Equivalents. Unless otherwise specified, any manufacturers’ names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer’s prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a product is acceptable as an equivalent.
11. Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent’s responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent’s capability to fully satisfy the requirements of the solicitation and the contract.
Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent’s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements.
12. Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are not required to, attend. The Buyer may choose not to
RFP No. 10-475-000-J Medical and Dental Supplies Page 10
announce prices or release other materials pursuant to s. 119.071(1)(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) 955-8771 (TDD).
13. Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on the Timeline the Buyer shall electronically post a notice of intended award at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu. If the notice of award is delayed, in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or notices of award by telephone.
14. Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected.
15. Clarifications/Revisions. Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response.
16. Minor Irregularities/Right to Reject. The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State’s best interests. The Buyer may reject any response not submitted in the manner specified by the solicitation documents.
17. Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent(s), however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective.
18. Contract Overlap. Respondents shall identify any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest.
19. Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section 119.011, Florida Statutes, provides a broad definition of public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information and provide the specific statutory citation for such exemption.
20. Protests. Any protest concerning this solicitation shall be made in accordance with sections 120.57(3) and 287.042(2) of the Florida Statutes and chapter 28-110 of the Florida
RFP No. 10-475-000-J Medical and Dental Supplies Page 11
Administrative Code. Questions to the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process.
Section 120.57(3) (b), F.S. and Section 28-110.003, Fla. Admin. Code require that a notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation.
Section 120.57(3) (a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes."
Section 28-110.005, Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.”
21. Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.
SECTION 3Special Instructions to Respondents
RFP No. 10-475-000-J Medical and Dental Supplies Page 12
NOTE: SPECIAL INSTRUCTIONS TO RESPONDENTS CONTAINED IN SECTION 3 WILL SUPERSEDE AND SUPPLEMENT GENERAL INSTRUCTIONS TO RESPONDENTS (PUR 1001) CONTAINED IN SECTION 2.
3.1 Contact Person
Refer contract inquiries to:
Donna Smith, Purchasing AnalystDepartment of Management Services, Division of State Purchasing4050 Esplanade Way, Suite 360Tallahassee, FL 32399-0950Phone: 850-488-8855Fax: 850-414-6122Email: Donna.Smith@dms.myflorida.com
For issues with MyFloridaMarketPlace (MFMP), please call the Customer Service Desk at 1-866-352-3776 or e-mail, VendorHelp@myfloridamarketplace.com
3.2 Definitions
The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. In addition to definitions found in Section 2.1, the following terms are also defined:
a. "The Department" means the Department of Management Services. b. “Eligible Users” is defined in 60A-1.005, F.A.C. The following entities are eligible users:
1. All governmental agencies, as defined in Section 163.3164, F.S., which have a physical presence within the State of Florida;
2. Any independent, non-profit college or university that is located within the State of Florida and is accredited by the Southern Association of Colleges and Schools.
c. “Contractor” means any person who contracts to sell commodities or contractual services to an agency.
d. “Customer” means any agency or eligible user placing an order through a contract resulting from this solicitation.
3.3 Firm Response
The Department may make an award within one-hundred and eighty (180) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within one-hundred and eighty (180) days, the response shall remain firm until either the Department awards the contract or the Department receives from the Respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Department’s sole discretion, be accepted or rejected.
3.4 Electronic Posting of Award
RFP No. 10-475-000-J Medical and Dental Supplies Page 13
Offers shall be opened on the date and time indicated on the Timeline and thereafter evaluated. Prices will not be read, pursuant to Section 119.07(3) (m) of the Florida Statutes. After evaluating the responses, the Department shall electronically post a Notice of Intent to Award at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu
Respondents are encouraged to check the Vendor Bid System (VBS) (see link above) regularly for postings. The VBS does not release an e-mail for Agency Decisions. Any person who is adversely affected by the decision shall file with the Department a notice of protest within 72 hours after the electronic posting (see Section 2.19 of the General Instructions (PUR 1001) for more information on protests. The Department shall not provide notices of award by telephone.
3.5 Order of Precedence
Potential Respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly. In the event any conflict exists between the Special and General Instructions, those instructions specified in the Special Instructions to Respondents shall prevail. After successful evaluations, Contractor(s) shall sign a Contract form incorporating the solicitation materials and any additional terms and conditions resulting from the negotiation process.
All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed:
Section 1.0, Introduction Section 6.0, Technical Specifications Section 5.0, Special Contract Conditions, Section 4.0, General Contract Conditions (PUR 1000) Section 3.0, Special Instructions to Respondents Section 2.0, General Instructions to Respondents (PUR 1001) Section 7.0, Forms and Price Sheets
Reminder: Above order takes precedence over order listed in Section 2.4.
3.6 Submittal of Response
Respondents shall submit their offer by the deadline on one CD and include 2 identical copies on individual CDs (a total of 3 CDs), sent or delivered in a sealed envelope to the Contact listed in Section 3.1. The solicitation number should be clearly marked on the outside of the envelope or package. Label the CDs with your company’s name and the solicitation number, 10-475-000-J. Check your CDs to make sure they can be read by any computer (Windows® operating system). All forms shall be completed using Microsoft Word® or equivalent for legibility. The Excel® spreadsheets are pre loaded with a formula. Download the spreadsheets from MFMP – the price sheets contained in this document do not have the formula loaded and are for reference only. Enter the list price of each item you are bidding on, then the discount you are offering and “Price to the State” will be calculated for you.You are not required to bid on every item, but leave the entire spreadsheet intact (do not delete lines you are not bidding on.) Altered spreadsheets cannot be scored.
RFP No. 10-475-000-J Medical and Dental Supplies Page 14
For this solicitation only, responses will NOT be accepted on-line via the MyFloridaMarketPlace sourcing tool located at https://sourcing.myfloridamarketplace.com. This section negates the electronic response requirement in Section 2.3.
Each Respondent is responsible for ensuring that its response and all associated documents are submitted by the proper date and time.
Dun and Bradstreet reports must also be delivered to the address noted in Section 3.1 if they are not included on the response CD. Failure to provide all requested information within the response package by the date and time specified may result in rejection of the response.
The Proposal Preparation Checklist included within this solicitation does not relieve the Respondent of responsibility for ensuring that all requirements of the solicitation are included with the submittal.
DO NOT RELY ON THE MYFLORIDAMARKETPLACE SOURCING TOOL’S TIME REMAINING CLOCK. THE OFFICIAL SOLICITATION CLOSING TIME SHALL BE AS REFLECTED IN SECTION 1.2, TIMELINE. The response deadline(s) shall be as reflected in Section 1.2, Timeline, of this solicitation. The MyFloridaMarketPlace Sourcing Tool’s time remaining clock is not the official submission date and time deadline, it is intended only to approximate the solicitation closing and may require periodic adjustments
3.7 Addendums to the Solicitation Documents
The Department reserves the right to issue addendums to the solicitation. Notice of any addendum will be posted within MyFloridaMarketPlace and the Vendor Bid System. Such notice, if required, will contain the appropriate details for identifying and/or reviewing the formal changes to the solicitation. Each Respondent is responsible for monitoring the sites for new or changing information concerning this solicitation.
3.8 Submittal Content
The Department requires that Respondents follow the response format outlined below:
File A: Qualifications
Profile: Describe your organization and general background. Include information on your organization’s size, recent sales history, which manufacturers have authorized your company as a dealer, service philosophy and complaint resolution process. Explain your Vendor Managed Inventory (VMI) capabilities.
History and Experience: Provide years of experience in the medical and or dental supply manufacturer or distribution industry (nationally and/or in Florida). Provide number of years servicing the public sector. Identify key management personnel and any individuals to be assigned to this contract.
RFP No. 10-475-000-J Medical and Dental Supplies Page 15
Litigation: List any litigation or disputes relating to the required services within the last five years. Include entity/project name, timeframe, and the nature of litigation. Specifically identify any pending or active litigation.
Financial Status: Each Respondent is required to provide information regarding its financial and industry standing and strength in order to demonstrate that it is financially stable, in good standing with creditors, and has the resources necessary to perform the services outlined in this RFP on a state-wide and/or regional basis. The State requires each Respondent to provide a Supplier Qualifier Report (SQR) prepared by Dun & Bradstreet (D&B), in accordance with the instructions below. The SQR is a standard report that details financial and operational capabilities. This report must be submitted to the Department either as a file on the submitted CDs or delivered prior to the bid opening date and time (See Section 1.2 Event Timeline.) Each Respondent will be responsible for the cost and timely submission of this report. The prospective Contractor will request the SQR from D&B at:
https://sor.dnb.com/sor/jsp/forms/SOF.jsp?SORTAG1=JQ37hS4r&SORTAG2=j58Gjk4x
1. Enter the RFP number in the text field entitled “Enter your RFP Number” and select “Submit.”
2. Enter your company’s Dun Number. (If you don’t know your company’s Dun number, you may use the search feature to find it.)
3. Confirm Registration4. Enter payment method and information and complete registration. The cost of the
preparation of the D&B report shall be the responsibility of the Respondent.
If your company is not eligible for a Dun and Bradstreet report (privately held), please include financial statements for the last three years, in accordance with Generally Accepted Accounting Principles.
File B: Reference Summaries, Attachment 2
Provide a minimum of five references, large governmental and/or commercial accounts preferred. Information shall include:
o Client name, address, phone number, fax number and email address.
File C: Experience Certification Form, Attachment 3 Certifies a minimum of 5 years of experience in providing medical and dental
supplies. Requires a notary seal. If not applicable to your company, please include that statement instead of the
form.
File D: Respondent Capability Form, Attachment 4 This form identifies your capabilities to service certain locations Include a copy of your company’s Liability Insurance policy, declaration page
only.
File E: Ordering Instructions Form, Attachment 5
File F: Certification of Drug Free Workplace Program, Attachment 6
RFP No. 10-475-000-J Medical and Dental Supplies Page 16
File G Price Sheets, Attachment 7 The Price Sheets are Excel ® spreadsheets and list Core Items. The Non Core
items are not listed. Please offer a standard discount off MSRP for ALL Non Core items. This standard discount is for any item not on the Core Item List - See Section 6.3 Scope.
3.9 Estimated Sales
State agencies have spent $23,109,159 on the commodity codes listed in Section 1.1 between January 1, 2008 and November 5, 2009. Respondents are reminded that these figures do not represent any guarantee on the number of orders or continued spend by the agencies or eligible users. Other eligible users’ spend is not included in this number. This figure is given only as a guideline for preparing your response and should not be construed as representing actual commitment figures under the contract.
The historical spend data, gathered from 17 state agencies is as follows and again does not guarantee any level of business to the awarded supplier(s);
2008 Agency for Health Care Administration $244.55
2009 Agency for Health Care Administration $16.52
2008 Agency for Persons with Disabilities $233,764.94
2009 Agency for Persons with Disabilities $163,883.47
2008 Department of Children and Families $170,963.74
2009 Department of Children and Families $38,263.41
2008 Department of Community Affairs $60,208.07
2009 Department of Community Affairs $40.68
2008 Department of Corrections $4,892,597.27
2009 Department of Corrections $1,810,788.33
2008 Department of Education $855.14
2009 Department of Education $733.20
2008 Department of Environmental Protection $39,167.44
2009 Department of Environmental Protection $8,096.64
2008 Department of Financial Services $2,422.17
2009 Department of Financial Services $0.00
2008 Department of Health $6,251,929.83
2009 Department of Health $8,446,395.73
2008 Department of Highway Safety and Motor Vehicles $46,595.00
2009 Department of Highway Safety and Motor Vehicles $15,649.15
2008 Department of Juvenile Justice $118,405.45
2009 Department of Juvenile Justice $87,510.45
2008 Department of Law Enforcement $23,611.15
2009 Department of Law Enforcement $20,923.99
2008 Department of Veterans Affairs $487.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 17
2009 Department of Veterans Affairs $663,751.08
2008 Executive Office of the Governor $196.89
2009 Executive Office of the Governor $3.90
2008 Fish and Wildlife Conservation Commission $1,295.00
2008 Florida School for the Deaf and the Blind $3,309.20
2009 Florida School for the Deaf and the Blind $2,232.51
2008 State Courts System $28.65
2009 State Courts System $4,789.04
Total $23,109,159.59
3.10 Evaluation and Selection Process
The Department shall evaluate and rank responsive replies against all evaluation criteria set forth in the solicitation. The Department shall award a contract to the responsive and responsible Respondent(s) that the Department determines will provide the best value to the State and whose response earned a minimum of 70 points. The Department reserves the right to reject any and all replies, if the Department determines such action is in the best interest of the State.
Responses will be scored on a scale of 1 to 100 using the following criteria:
Qualifications: 40% 40 points Price 60% 60 pointsTotal 100% 100 points
There will be three Evaluators. These Evaluators will rank the Responses independently and their scores will be averaged to obtain a Respondents actual score per category and in total.
Qualifications: Measuring the Respondent’s qualifications, capability, and experience in successfully serving facilities of similar size and scope to those required by this solicitation - Maximum 40 points. A minimum of 30 points must be achieved in the Qualifications section to be eligible for final award.
General Capabilities: maximum 20 points
o Consider responses in File Ao Licenses, certifications, and insurance should be current.o Consider size of company, locations and extent of company’s services to
potential contract needs.o Consider Respondents Vendor Managed Inventory (VMI) capabilities.
Financial Status: maximum 10 points
o Consider responses in File A.o Historical sales, accounting reports and identifiable trends should identify
strong financial practices.o Recent financial report (Dun & Bradstreet or equivalent) should identify
short-term viability.
RFP No. 10-475-000-J Medical and Dental Supplies Page 18
Experience and References: maximum 10 points
o Preference for companies with more than 5 years experience producing and or distributing quality medical and dental supplies.
o Preference for companies that have considerable and satisfactory experience providing services to governmental entities.
o Preference for companies that have a proven ability to effectively service and manage multiple sites in a regional area.
Price: 60 Maximum points are available in this category. Respondent’s price will be compared against other responses and against national industry averages.
Consider Respondent’s pricing in comparison with other Respondents. Final prices on Core items are more important than the discount percentage.
3.11 Basis for Award
Award(s) may be made by district. The Department shall award a contract to the responsive and responsible Respondent(s) that the Department determines will provide the best value to the State and whose response earned a minimum of 70 points (minimum 30 points in qualifications). The Department reserves the right to reject any and all replies, if the Department determines such action is in the best interest of the State. The Department further reserves the right to award the contract, if any, to a single Respondent.
3.12 Price
Pricing on any state term contract resulting from this solicitation will be an established ceiling price. Customers are encouraged to seek quotes from multiple contractors and to negotiate lower costs in accordance with their particular project or needs..3.13 Lobbying
Reference contract section 2.21 Limitation on Vendor Contact with Agency during Solicitation Period.
Respondents are advised that the following will be included in the Contract for these services:
In accordance with Section 216.347, Florida Statutes, and as provided herein, the Service Provider or Contractor may not expend any State funds for the purpose of lobbying the legislature, the judicial branch, the executive branch, or any State Agency.
3.14 Documentation Becomes the Property of the State
All documentation produced as part of this solicitation shall become the exclusive property of the State. Documentation may not be removed by the Respondent or its agents and will not be returned to the Respondent. Selection or rejection of a reply shall not affect this right.
RFP No. 10-475-000-J Medical and Dental Supplies Page 19
3.15 Notice to Contractor
The employment of unauthorized aliens by any contractor is considered a violation of section 247A (e) of the Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract.
3.16 Method of Payment
The State of Florida has implemented a purchasing card program, using the Visa platform. Contractors may receive payment from state agencies by the purchasing card in the same manner as other Visa purchases. Visa acceptance is mandatory but is not the exclusive method of payment. The State will not fill out any contractor forms or contracts in association with the Contractor accepting a purchasing card payment. Contractors are not allowed to charge a fee for accepting a purchasing card payment. Surcharges or convenience fees are prohibited. Fees should not be charged for using a purchasing card unless the fees are charged for all methods of payment (cash, check, debit cards, vouchers, etc.), and must be approved by the Customer prior to order acceptance.
On-line billing or payment systems maintained by the Contractor will not store the card holder’s account number and expiration date for re-use. Card holders will provide the Contractor with card account information at each transaction.
3.17 Environmental Considerations
The State supports and encourages initiatives to protect and preserve our environment. The Respondent shall submit as part of any proposal the Respondent’s plan to support the procurement of products and materials with recycled content, and the intent of Section 287.045, Florida Statutes. The Respondent shall also provide a plan for reducing and or handling of any hazardous waste generated by Respondent’s company. Reference Rule 62-730.160, Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of Respondent’s explanation of its company’s hazardous waste plan and shall explain in detail its handling and disposal of this waste. Respondents are asked to identify environmentally friendly products and the Standard by which that product is rated.
3.18 Certification of Drug-Free Workplace Program
The State supports and encourages initiatives to keep the workplaces of Florida’s contractors and businesses drug free. Section 287.087 of the Florida Statutes provides that, where identical tie Responses are received, preference shall be given to a proposal received from a Respondent that certifies it has implemented a drug-free workforce program.
3.19 Public Entity Crimes
RFP No. 10-475-000-J Medical and Dental Supplies Page 20
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a request to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in F.S. 287.017 for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list.
The balance of this sheet is blank, intentionally
SECTION 4
RFP No. 10-475-000-J Medical and Dental Supplies Page 21
GENERAL CONTRACT CONDITIONS (STATE OF FLORIDA FORM PUR 1000)
4.1 Definitions. The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined:
(a) “Contract” means the legally enforceable agreement that results from a successful solicitation. The parties to the Contract will be the Customer and Contractor.
(b) “Customer” means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via purchase order or other contractual instrument from the Contractor under the Contract. The “Customer” may also be the “Buyer” as defined in the PUR 1001 if it meets the definition of both terms.
(c) “Product” means any deliverable under the Contract, which may include commodities, services, technology or software.
(d) “Purchase order” means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, contract or other authorized means).
4.2 Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor’s order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shall designate a contract manager and a contract administrator as required by subsections 287.057(15) and (16) of the Florida Statutes.
4.3 Product Version. Purchase orders shall be deemed to reference a manufacturer’s most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing an earlier model or version and the contractor is willing to provide such model or version.
4.4 Price Changes Applicable only to Term Contracts. If this is a term contract for commodities or services, the following provisions apply.
(a) Quantity Discounts. Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly.
(b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price.
RFP No. 10-475-000-J Medical and Dental Supplies Page 22
(c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then-authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion.
(d) Trade-In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies, it may be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S.
(e) Equitable Adjustment. The Customer may, in its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss.
4.5 Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation.
4.6 Packaging. Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer’s property.
4.7 Inspection at Contractor’s Site. The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance.
4.8 Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers’ Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished
RFP No. 10-475-000-J Medical and Dental Supplies Page 23
shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution.
4.9 Americans with Disabilities Act. Contractors should identify any products that may be used or adapted for use by visually, hearing, or other physically impaired individuals.
4.10 Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc.
4.11 Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension.
4.12 Installation. Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor’s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order.
4.13 Risk of Loss. Matters of inspection and acceptance are addressed in s. 215.422, F.S. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product.
4.14 Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurement System (“System”). Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed a Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuant to 60A-1.032, F.A.C.
RFP No. 10-475-000-J Medical and Dental Supplies Page 24
For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee.
Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor’s failure to perform or comply with specifications or requirements of the agreement.
Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES’ VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C.
4.15 Invoicing and Payment. Invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract.
At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms – EDI 810, cXML, or web-based invoice entry within the ASN.
Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes, which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Customer’s failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers.
4.16 Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees’ wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order.
4.17 Governmental Restrictions. If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Customer.
RFP No. 10-475-000-J Medical and Dental Supplies Page 25
4.18 Lobbying and Integrity. Customers shall ensure compliance with Section 11.062, FS and Section 216.347, F.S. The Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), “gratuity” means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Customer’s Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor’s integrity or responsibility. Such information may include, but shall not be limited to, the Contractor’s business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.fl.us/barm/genschedules/gensched.htm). The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor’s compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor’s suspension or debarment.
4.19 Indemnification. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer.
Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer’s misuse or modification of Contractor’s products or a Customer’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit or in the Contractor’s opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties.
The Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any
RFP No. 10-475-000-J Medical and Dental Supplies Page 26
action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor’s prior written consent, which shall not be unreasonably withheld.
4.20 Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor’s liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the Contractor under the purchase order. This limitation shall not apply to claims arising under the Indemnity paragraph contain in this agreement.
Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. 4.21 Suspension of Work. The Customer may in its sole discretion suspend any or all activities under the Contract or purchase order, at any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation.
4.22 Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State’s interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits.
4.23 Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if
RFP No. 10-475-000-J Medical and Dental Supplies Page 27
the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided by law or under the Contract.
4.24 Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR’S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part.
4.25 Changes. The Customer may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them.
4.26 Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in
RFP No. 10-475-000-J Medical and Dental Supplies Page 28
the solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds.
4.27 Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract’s term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract’s terms and conditions. Purchase orders received by the contractor after close of business on the last day of the state term or agency contract’s term shall be considered void.
Purchase orders for a one-time delivery of commodities or performance of contractual services shall be valid through the performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract.
Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after expiration of the state term or agency contract. For example, if a state term contract calls for delivery 30 days after receipt of order (ARO), and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office within ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the expiration of the state term contract, then the purchase order will either be amended in writing by the ordering entity within ten (10) calendar days of receipt of the contractor’s notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn.
The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals.
Timely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract.
Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal.
4.28 Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor’s name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative.
RFP No. 10-475-000-J Medical and Dental Supplies Page 29
4.29 Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract, unless the Customer expressly waives such secondary liability. The Customer may assign the Contract with prior written notice to Contractor of its intent to do so.
4.30 Antitrust Assignment. The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchased in connection with the Contract.
4.31 Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer’s decision on the petition shall be final, subject to the Contractor’s right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120.
Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial.
4.32 Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer’s security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may reject and bar from any facility for cause any of the Contractor’s employees, subcontractors, or agents.
4.33 Security and Confidentiality. The Contractor shall comply fully with all security procedures of the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State’s or Customer’s confidential information, or material
RFP No. 10-475-000-J Medical and Dental Supplies Page 30
that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract.
4.34 Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, subcontractors, and other agents receive benefits and necessary insurance (health, workers' compensations, and unemployment) from an employer other than the State of Florida.
4.35 Insurance Requirements. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Upon request, the Contractor shall provide certificate of insurance. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor’s liability and obligations under the Contract. All insurance policies shall be through insurers authorized or eligible to write policies in Florida.
4.36 Warranty of Authority. Each person signing the Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract.
4.37 Warranty of Ability to Perform. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract.
4.38 Notices. All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice.
4.39 Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section 17.001, F.S.) is required for State agencies to enter into or to extend any lease or installment-purchase agreement in excess of the Category Two amount established by section 287.017 of the Florida Statutes.
4.40 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Section 946.515(2), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, company, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned."
RFP No. 10-475-000-J Medical and Dental Supplies Page 31
Additional information about PRIDE and the products it offers is available at http://www.pridefl.com.
4.41 Products Available from the Blind or Other Handicapped. Section 413.036(3), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, company, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at http://www.respectofflorida.org.
4.42 Modification of Terms. The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, “shrink wrap” terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor’s order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions.
4.43 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non-Customer purchases are independent of the agreement between Customer and Contractor, and Customer shall not be a party to any transaction between the Contractor and any other purchaser.State agencies wishing to make purchases from this agreement are required to follow the provisions of s. 287.042(16) (a), F.S. This statute requires the Department of Management Services to determine that the requestor's use of the contract is cost-effective and in the best interest of the State.
4.44 Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under this Contract shall not constitute or be deemed a waiver of the Customer’s right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right.
4.45 Annual Appropriations. The State’s performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature.
4.46 Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument.
4.47 Severability.
RFP No. 10-475-000-J Medical and Dental Supplies Page 32
If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect.
The balance of this sheet is blank, intentionally
RFP No. 10-475-000-J Medical and Dental Supplies Page 33
SECTION 5.0SPECIAL CONTRACT CONDITIONS
NOTE: SPECIAL CONTRACT CONDITIONS CONTAINED IN SECTION 5.0 WILL SUPERSEDE AND SUPPLEMENT GENERAL CONTRACT CONDITIONS (PUR 1000) CONTAINED IN SECTION 4.0.
5.1 Customer Service Support
Contractor(s) shall have a single point of contact for customer support. Prompt notification of any change in the contact person is required.
5.2 Insurance Requirements
During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract, which, at a minimum, shall be: workers’ compensation and employer’s liability insurance per Florida statutory limits (currently $100,000 per accident, $100,000 per person, and $500,000 policy aggregate) covering all employees engaged in any Contract work; commercial general liability coverage on an occurrence basis in the minimum amount of $500,000 (defense cost shall be in excess of the limit of liability), naming the State as an additional insured; and automobile liability insurance covering all vehicles, owned or otherwise, used in the Contract work, with minimum combined limits of $500,000, including hired and non-owned liability, and $5,000 medical payment. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor and is of the essence of the Contract. The Contract shall not limit the types of insurance Contractor may desire to obtain or be required to obtain by law. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor’s liability and obligations under the Contract. All insurance policies shall be through insurers authorized to write policies in Florida.
5.3 Contract Revisions
Any revisions to the originally approved contract information must be authorized in writing by State Purchasing prior to implementation. Failure to obtain State Purchasing approval prior to implementation may result in termination.
5.4 Compliance with Laws
The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, State, and local agencies having jurisdiction and authority. By way of non-exhaustive example, Chapter 287 of the Florida Statutes and Chapter 60A-1of the Florida Administrative Code govern the Contract. By way of further nonexhaustive example, the Contractor shall comply with section 247A(e) of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. Violation of such laws shall be grounds for Contract termination.
5.5 Price Adjustments
RFP No. 10-475-000-J Medical and Dental Supplies Page 34
No price escalations (increases) will be permitted during the three (3) year term of this contract. Price de-escalation (decrease) is permissible at any time during the contract term. The Department reserves the right to require a decrease based on industry pricing indicators (PPI and CPI) Contractors may request a price increase at renewal, if any (see Section 4.26). Price increase requests must be based on the Producer Price Index (PPI) Table Containing PPI-U All Items Indexes and Annual Percent Changes, http://data.bls.gov/PDQ/servlet/SurveyOutputServlet;jsessionid=f030761aed77$3FB$0A$and may not exceed 4 percent.
The price increase request must be submitted 60 days before the expiration of the Contract, to the Contract Administrator, in writing and substantiated by a copy the appropriate (meaning specific to that Contractor’s commodity code) PPI index reports. http://www.bls.gov/news.release/ppi.toc.htm
5.6 Punch out Catalogues and e-Invoicing
Awarded contractors are not encouraged to create punch out catalogues in MFMP for this contract. Awarded contractors are encouraged to participate in e-Invoicing. Please contact the MFMP Customer Service Desk at 1-866-352-3776, for assistance.
5.7 Emergency Contact
The Contractor will provide the Customer’s Contract Administrator with a 24/7 Emergency Contact. 5.8 Performance and Payment Bonds
The authority and responsibility for requesting performance and payment bonds rests with the Customer. Under this contract, the Customer may request a performance and payment bond as deemed necessary by the size of the job.
5.9 Contractor Performance
Each Contractor's performance will be evaluated on an ongoing basis through the following procedures:
1. Customers will have access to a Contract Survey (Performance Evaluation) through the State Term Contract web site to rate their satisfaction with the overall contract and the contractor,
2. Executive agency customers will have access to the Vendor Performance Tracking System through MyFloridaMarketPlace to rate their satisfaction following every completed order.
3. Contractors will be evaluated on the number and severity of complaints received from contract users. (Complaint to Vendor Form PUR 7017.)
4. Timely submission of Monthly Transaction Reports and applicable fees will be a key factor in this evaluation. See Section 4.14, Transaction Fee. Reports and Fees are to be submitted by the 15th of each calendar month.
5. Volume of sales will be reviewed as part of Contractor performance.
RFP No. 10-475-000-J Medical and Dental Supplies Page 35
5.10 Delays and Complaints
Service delays and service complaints will be monitored on a continual basis. Documented inability to perform under the conditions of the contract may result in default proceedings and/or termination.
5.11 Sales Requirements
Sales will be reviewed on a quarterly basis. Should no sales be recorded in two consecutive contract quarters, the contract supplier may be selected for termination. State Purchasing reserves the right to require awarded Respondents to submit detailed sales reports upon request. See General Contract Conditions, PUR 1000, Transaction Fee, Section 4.14 for MONTHLY reporting requirements.
The intent of the sales requirement is to maintain the value of the contract. Any termination resulting solely from this requirement would be for convenience and would not impact the contractor’s ability to conduct future business with the state.
5.12 Contract Sales Summary Report
The following data must be reported to the Department on a quarterly contract basis (See blank form in Section 7: Quarterly State Term Contract Sales Summary Report Attachment 8.) The Report shall include:
Contractor’s Name Reporting Period Total dollar value of purchases per quarter separated by individual State Agency and
Eligible User totals.
Failure to provide quarterly sales reports, including a “no sales” report if no sales were made, within thirty (30) calendar days following the end of each contract quarter, may result in the contract supplier being found in default and cancellation of the contract by the Department.
Initiation and submission of the Contract Sales Summaries are to be the responsibility of the Contractor without prompting or notification by the Contract Administrator. The Contractor will submit the completed Contract Sales Summary forms by email to the Contract Administrator.
5.13 State Objectives
Within thirty (30) calendar days following award of the Contract, if awarded, the successful Respondent shall submit plans addressing each of the State’s five (5) objectives listed below, to the extent applicable to the items / services covered by this solicitation.
5.13.1 DiversityThe State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority- and women-owned business enterprises in the economic life of the state. The State of Florida Mentor Protégé
RFP No. 10-475-000-J Medical and Dental Supplies Page 36
Program connects minority- and women-owned businesses with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) 487-0915.It is vital that small, minority, women-owned and veteran-owned business enterprises participate in the State’s procurement process as both prime Contractors and Subcontractors under prime Contracts. Small, minority, and women-owned businesses are strongly encouraged to submit replies to this solicitation.The Contractor shall submit documentation addressing Diversity and describing the efforts being made to encourage the participation of small, minority, women-owned and veteran-owned businesses. Information on Certified Minority Business Enterprises (CMBE) is available from the Office of Supplier Diversity at:http://dms.myflorida.com/other_programs/office_of_supplier_diversity_osd/.
5.13.2 Environmental ConsiderationsThe State supports and encourages initiatives to protect and preserve our environment. The Contractor shall submit as part of any response the Contractor’s plan to support the procurement of products and materials with recycled content, and the intent of Section 287.045, Florida Statutes. The Contractor shall also provide a plan for reducing and or handling of any hazardous waste generated by Contractor’s company. Reference Rule 62-730.160, Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of Contractor’s explanation of its company’s hazardous waste plan and shall explain in detail its handling and disposal of this waste.
5.13.3 Certification of Drug-Free Workplace ProgramThe State supports and encourages initiatives to keep the workplaces of Florida’s Suppliers and Contractors drug free. Section 287.087 of the Florida Statutes provides that, where identical tie responses are received, preference shall be given to a response received from a Respondent that certifies it has implemented a drug-free workforce program. If applicable, Respondent shall certify that the Respondent has a drug-free workplace program using the Certification of Drug-Free Workplace form included in Section 7.5 of the solicitation. The Contractor shall describe how it will address the implementation of a drug free workplace in offering the items of the solicitation.
5.13.4 Products Available from the Blind or Other Handicapped (RESPECT)
The State supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this Contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified
RFP No. 10-475-000-J Medical and Dental Supplies Page 37
pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this Contract the person, firm, or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned. Additional information about the designated nonprofit agency and the products it offers is available at http://www.respectofflorida.org.
The Contractor shall describe how it will address the use of RESPECT in offering the items of the solicitation.
5.13.5 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE)
The State supports and encourages the use of Florida correctional work programs. It is expressly understood and agreed that any articles which are the subject of, or required to carry out, this Contract shall be purchased from the corporation identified under Chapter 946, F.S., in the same manner and under the same procedures set forth in Section 946.515(2), and (4), F.S.; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. Additional information about PRIDE and the products it offers is available at http://www.pride-enterprises.org/.
The Contractor shall describe how it will address the use of PRIDE in offering the items of the solicitation.
The balance of this sheet is blank intentionally
RFP No. 10-475-000-J Medical and Dental Supplies Page 38
SECTION 6.0TECHNICAL SPECIFICATIONS
6.1 Purpose
The Department of Management Services, Division of State Purchasing, invites interested companies to submit proposals in accordance with the solicitation documents, to provide state agencies and other eligible users with competent, experienced and professional Medical and Dental Supply manufacturers and/or distributers.
The Department’s goal is to provide contract users with the best value in medical and dental supplies.
6.2 Experience, Capabilities and Certifications
Respondents are required to provide five (5) references on the Reference Form (Attachment 2) with a minimum of two (2) being either large accounts (over $100,000) or contracts with a governmental entity.Use Attachment 4 to illustrate your company’s reach and capabilities.
6.3 Scope
The purpose of this Request for Proposal (RFP) is to establish a three (3) year, state term contract for Medical and Dental Supplies, with the potential for renewal in accordance with F.S. 287.057(1)(a) and if the Department determines renewal to be in the best interest of the State.
Each Customer may have more than one location and in different regions of the state. Respondents are asked to submit proposals in accordance with this diversity and your corporate capabilities.
For the purpose of this RFP, a “Core Item” is any item on the lists provided in Section 7. Respondents are to enter the list price, standard price, the Manufacturer’s Suggested Retail Price (MSRP) and or catalogue price and provide a discounted percentage and price for each Core Item they are capable of providing. Should a core item become discontinued by the manufacturer, it will be removed from the “Core Item” list. Its replacement, if any, will become a “Non Core Item.” Contractors are to notify the Department in writing when an item is being discontinued. The notification shall include validation from the Manufacturer.
RFP No. 10-475-000-J Medical and Dental Supplies Page 39
“Non Core” items are anything else your company may sell. “Non Core” items include but are not limited to other tools, equipment, “one time buys”, other supplies, new products, and replacements for discontinued items.
All products under this contract shall be new, unused and available. All products shall be manufactured in accordance with the United States Consumer Products Safety Commission http://www.cpsc.gov/ http://www.cpsc.gov/. . All medical electrical products are to comply with, at minimum with UL 60601-1 http://ulstandardsinfonet.ul.com/scopes/scopes.asp?fn=60601-1.html No products, either on the Core or the Non Core items lists are to be refurbished (cleaned up, re-sharpened, re-painted, re-cased, re-calibrated, etc.) or remanufactured (the disassembly of previously sold, non working units, salvaging working parts and manufacturing a separate unit using the salvaged parts) unless specifically requested by the Customer, in writing.
Respondents are also asked to provide a discount percentage off list price, standard price, MSRP and or catalogue price for the “Non Core” items by category. These stated discounts are to be the minimum discount offered on the item; Customers are encouraged to request larger discounts from any awarded Respondent. Offering a discount percentage on “Non Core” items is not required as part of a Respondents bid. Awarded Respondents (Contractors) not offering a discount on Non Core items will not be permitted to sell Non Core items under this contract.
Respondents may offer substitute products which are equal to or better than those products listed on the Excel® spreadsheet. Those Respondents offering substitutes must provide the specification sheets on both the requested product and the substitute, in their response. When offering a substitute, enter a Y (yes) or a check mark in the Substitute column and change the description. Make sure the product count per box and per case is included with the description.
Awarded Respondents, if any, are to advise Customers in advance of any applicable HAZMAT shipping requirements and associated costs. The Customer has the option to negotiate the associated costs or remove the item from the order.
Current pricing and Non Core discounts on the existing contract can be reviewed at; http://dms.myflorida.com/business_operations/state_purchasing/vendor_information/state_contracts_agreements_and_price_lists/state_term_contracts/medical_and_dental_supply
The balance of this sheet is blank, intentionally
RFP No. 10-475-000-J Medical and Dental Supplies Page 40
SECTION 7.0FORMS AND ATTACHMENTS
FORMS AND ATTACHMENTS ARE ACCESSIBLE IN THE MYFLORIDAMARKETPLACE SOURCING TOOL.
Attachment 1: Proposal Checklist FormAttachment 2: Reference Summaries Attachment 3: Experience Certification Form Attachment 4: Respondents Capability Form with District MapAttachment 5: Ordering Instructions FormAttachment 6: Certification of Drug Free Workplace Program Attachment 7: Excel® Price Sheets – a copy included herein and as a separate, interactive document in MFMPAttachment 8: Quarterly Contract Sales Summary ReportContract Form
It is NOT necessary for you to fill all lines on the Price Sheet – enter only the items you wish to bid on. Do not delete items/lines you are not bidding on – leave the spreadsheet intact. Altered spreadsheets cannot be scored.
The balance of this sheet is blank, intentionally
RFP No. 10-475-000-J Medical and Dental Supplies Page 41
Attachment 1
Proposal Checklist Form
This Proposal Preparation Checklist is provided to assist potential Contractors with assembling their proposal but does not relieve the potential Contractors of responsibility for ensuring that all requirements of the solicitation are included with the submittal. Attachment 1 (Proposal Checklist Form) does not need to be included with your response.
All numbered attachments are available as separate downloadable forms in the MyFloridaMarketPlace Sourcing Tool. Respondents are to download the attachments from Sourcing, or VBS, complete them and save unto a CD for submittal.
Responses as required in Section 3.8 Submittal Content Attachment 2 Reference Summaries Attachment 3 Experience Certification Form Attachment 4 Respondents Capability Form Attachment 5 Ordering Instructions Attachment 6 Certification of Drug Free Workplace Program Attachment 7 Excel® Price Sheet, included herein and as a separate document Names and contact information of key management and contract personnel A copy of Liability Insurance declaration page A copy of your company’s financial reports or Dun and Bradstreet report (or equivalent),
no older than 6 months A copy of the signed contract with seal, if applicable. Make sure that your 3 DCs are readable by any computer using Windows ® Make sure that the Ordering Instructions sheet is typed – not hand printed. Save the Excel Price Sheets as Excel 97-2003 Workbooks and as a separate file on
your CDs. Altered spreadsheets cannot be scored.
The Department encourages Respondents to ensure compliance with MyFloridaMarketPlace Transaction Fee reporting and payment requirements prior to your submittal. Respondents that are not compliant with transaction fee reporting and payment requirements may be determined to be non-responsible.
RFP No. 10-475-000-J Medical and Dental Supplies Page 42
Attachment 2
Reference Summaries
.Provide a minimum of five references; large governmental and/or commercial accounts are preferred. No actual form is provided.
Information shall include: Customer name, customer contact name, address, phone number, fax number and
email address. Description of services provided. Specific dates of service. Average cost per job/task, or total cost of project.
RFP No. 10-475-000-J Medical and Dental Supplies Page 43
Attachment 3
Experience Certification Form
Attention: Department of Management Services
From: (insert Respondent’s name)
RE: RFP 10-475-000-J Medical and Dental Supplies
This form will serve to confirm that _____________________________ (insert Company Name) has a minimum of five (5) years experience in manufacturing and/or distributing quality medical and dental supplies.
Signed: ________________________________________
Title: ________________________________________
Company: ______________________________________
Sworn to a subscribed before me this _____ day of _____________, 20___
Notary Public: ___________________________________
My Commission Expires: ___________________________
RFP No. 10-475-000-J Medical and Dental Supplies Page 44
The balance of this sheet is blank, intentionally
Attachment 4
Respondents Capability Form
Please use this form as a guideline for your narrative response.
1. Can your company provide quality medical and dental supplies statewide?2. Does your company offer free or low cost local deliveries? Please explain.3. Does your company offer free inside delivery? 4. Please detail and identify the purchasing district(s) or individual counties your
company is capable of servicing. (See district map on the next page)5. Provide your company’s State of Florida license number. 6. Does your company have the capability to respond quickly to a
disaster/emergency? Please explain. 7. Explain your company’s VMI (Vendor Managed Inventory) capabilities.8. Provide a copy of your company’s liability policy – declaration page only - if your
company does not have the necessary insurance coverage at the time of response submittal, please note this in the response and refer to section 5.2.
The balance of this sheet is blank, intentionally
RFP No. 10-475-000-J Medical and Dental Supplies Page 45
Attachment 5
Ordering Instructions Form
PLEASE TYPEContractor name: ______ ____________________________________________
FEID NUMBER:
Please identify the person who will be responsible for administering the Contract on your behalf if award is made, and include an emergency contact phone number:
Name: Title: Street Address: E-mail Address: Phone Number(s): Fax Number:
If the person responsible for answering questions about the solicitation is different from the person identified above, please provide the same information for that person.
Name: Title: Street Address: E-mail Address: Phone Number(s): Fax Number:
Ordering Information:
Please provide the following information about where Customers should direct orders. You must provide a regular mailing address. If equipped to receive purchase orders electronically, you may also provide an Internet address.
Spurs Information Number: Name: Title: Street Address or P.O. Box: City, State, Zip: Phone Number: Toll Free Number: Ordering Fax Number: Internet Address: Federal ID Number: Remit Address: City, State, Zip:
NOTE: Duplicate as necessary for multiple ordering locations.
RFP No. 10-475-000-J Medical and Dental Supplies Page 47
Attachment 6
Certification of Drug Free Workplace Program
Section 287.087 of the Florida Statutes provides that, where identical tie bids are received, preference shall be given to a bid received from a bidder that certifies it has implemented a drug-free workforce program. Please sign below and return this form to certify that your business has a drug-free workplace program.
1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.
3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1).
4) In the statement specified in subsection (1), notify the employees, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any State, for a violation occurring in the workplace no later than five (5) days after such conviction.
5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted.
6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.
As the person authorized to sign the statement, I certify that this company complies fully with the above requirements. False statements are punishable by law.
RESPONDENT’S NAME:
By:
Authorized Signature Print Name and Title
(04/02)
RFP No. 10-475-000-J Medical and Dental Supplies Page 48
Attachments 7
Price Sheet
Attachment 7 is also separate Excel® spreadsheets, pre loaded with the pricing formula, that can be downloaded from the MyFloridaMarketPlace Sourcing Tool. The Price sheet contained herein is for reference only. See Section 3.6 Submittal of Response.Please review booth the Medical and the Dental spreadsheets as there may be some overlap.
Medical Supplies
Manufacturer Mfg SKU Description UoMDistribute
r SKUList
priceDiscount off List
Price to
State
1
3M 1583 Bandage, Elastic, Coban, 3' X 5Yd/RL, 3M, 1583, 24RL/CS
$0.00 0% 0.00
2
3M 1860Mask, Respirator, Particular, Type N95, Regular, 3M, 1860, 20EA/BX, 6BX/CS
$0.00 0% 0.00
3
3M 1222-1Tape, Indicator, Beige, Sterilization, 1" X 60Yd, 3M, 1222-1, 18RL/CS
0.00
4
3M 1530-1Tape, Surgical, Paper, Hypoallergenic, 1" X 10Yd, 3M, 1530-1, 12EA/BX, 10BX/CS
0.00
5
3M 1538-1Tape, Surgical, Silk-like, Hypoallergenic, 1" X 10Yd, 3M, 1538-1, 12EA/BX, 10BX/CS
0.00
6
3M 4509-1629
Dressing, Transparent, Waterproof, Orange Frame Style, 8" X 12", 3M, 4509-1629, 10EA/BX, 8BX/CS 0.00
7
3M 5122-BX/100
Thermometer, Oral, Sterile, Fahrenheit, Sterile, Single-Use, Individually Wrapped, 3M, 5122-BX/100, 100EA/BX, 20BX/CS 0.00
8
3M 1624WTEGADERM 23/8 X 23/4 1624W, 3M, 1624W,100EA/BX,4BX/CS
0.00
9
3M 1527-1 Tape, Transpore, 1", 3M Corp, 1527-1, 12/BX
0.00
10
3M 1626 Dressing, Tegaderm, 4", 3M, 1626, 50/Bx
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 49
11
Abbott 4565-01Infusion Set, 23G, Butterfly Shape, Abbott, 4565-01, 40EA/BG, 3BG/CS
0.00
12
Abbott 7983-02
Sodium Chloride, 0.9%, Injection, USP, Lifecare, 250 Ml, Abbott, 7983-02, 250ML/EA, 24EA/CS 0.00
13
ABBOTT 4492-01 Infusion Set, Butterfly, Abbott, 4492-01, Ea
0.00
14
Allegiance 9545 Pack, Gown, Surgical, XL, Allegiance, 9545, 20EA/CS
0.00
15
Allegiance 0185-9103Pack, Basic General Surgery, Disposable, Allegiance, 0185-9103, 8EA/CS
0.00
16
ALLEGIANCE 3T6733BURETHRAL CATH TRAY RR/PVP, ALLEGIANCE, 3T6733B,1TRAY=1EA,20EA/CS
0.00
17
ALLEGIANCE KBK90 Catheter. Plastic, Urethral, Bard, Kbk90, Ea
0.00
18
ALLIED HEALTHCARE 64041 Mask, O2, Med Adult, Allied, 64041, Ea
0.00
19
ALLIED HEALTHCARE 33239 Nasal Cannual Adult Clear, Allied Healthcare, 33239, Ea
0.00
20
Allied Healthcare Products Inc 33604
Cannula, Nasal Pediatric, Clear w/ 7' Tubing, Allied Healthcare Products Inc, 33604, 50EA/CS
0.00
21
Allied Healthcare Products Inc 61399
Nebulizer, Complete, 6" Flex Tubing, Allied Healthcare Products Inc, 61399, 50EA/CS
0.00
22
Allied Healthcare Products Inc 64200
Tubing, Oxygen, 7', Allied Healthcare Products Inc, 64200, 50EA/CS
0.00
23
ALMORE INTERNATIONAL INC 87000
Binocular Loupe With Lenses +5:00, Almore International Inc, 87000,Ea
0.00
24
Alpha Pro Tech, Inc. Rp. 2802
Shield, Full Face, w/ Velcro, Band, Anti-Fog Coating, Alpha Pro Tech, Inc. Rp., 2802, 25EA/BX, 4BX/CS 0.00
25
AMBU INC. 248 201 102Ambu Rescue Key With Nylon Case, Ambu Inc., 248 201 102, Ea
0.00
26
AMERICAN BIO MEDICAL CORP 5P1
Drug Screen, Rapid Test Kit, American Bio Medical Gr, 5P1,Ea
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 50
27
American Diagnostic Corp. 922Sphygmomanometer, Latex, Adult, Black, American Diagnostic Corp., 922, EA
0.00
28
American Diagnostic Corp. 0241-660NStethoscope, Single Head, Navy, American Diagnostic Corp., 0241-660N, EA
0.00
29
American Diagnostic Corp. 720MMSphygmomanometer, Aneroid, Latex, Adult, Black, American Diagnostic Corp., 720MM, EA
0.00
30
American Diagnostic Corp. 720TDBSphygmomanometer, Aneroid, Thigh, Latex, Black, American Diagnostic Corp., 720TDB, EA
0.00
31
American Diagnostic Corp. 732DBSystem, Multicuff, Four Cuffs, Latex, Navy, American Diagnostic Corp., 732DB, EA
0.00
32
American Diagnostic Corp. 752MLF
Sphygmomanometer, Aneroid, Mobile, Adult, Black, Latex Free, American Diagnostic Corp., 752MLF, EA 0.00
33
American Diagnostic Corp. 775-660MM
Kit, Sphygmomanometer, Aneroid, w/ Stethoscope, Latex, Navy, American Diagnostic Corp., 775-660MM, EA 0.00
34
AMERICAN WHITE CROSS 41405-10757
CARTOON BAND-AID, AMERICAN WHITE CROSS, 41405-10757,100EA/BX, 12BX/CS 0.00
35
AMERICAN WHITE CROSS 1075033
Band aid, 3/4", Adhesive, American White Cross, 1075033, 100/Bx
0.00
36
AMERICAN WHITE CROSS 1307033
Band aid, Adhesive Spot, 7/8", American White Cross, 1307033, 100/Bx
0.00
37
AMES 2161 Multistix 10Sg Urine, Ames, 2161, Ea
0.00
38
Amsino International, Inc. AS026
Applicator Sticks, Regular, Non-Sterile, 6", Amsino International, Inc., AS026, 1000EA/BX, 20BX/CS 0.00
39
Andover Coated Products 5300TN-024
Bandage, Co-Flex, Latex-Free, 3" X 5Yd, Andover Coated Products, 5300TN-024, 1EA/BX, 24BX/CS 0.00
40
ANSELL PERRY 17003 Gloves, Pf Sterile, Sz 7, Ansell Perry, 17003, 50/Bx
0.00
41
APEX-CAREX HEALTHCARE Crutch Tips, Large, Apex-Carex
Healthcare, A715-Oo, Pr 0.00
42
ASO CORPORATION 5261-012BANDAID CRAYON ADHES, ASO CORPORATION, 5261-012,100EA/BX, 12BX/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 51
43
ASO CORPORATION 5293-012BANDAID GARFIELD 3/4, ASO CORPORATION, 5293-012,100EA/BX, 12BX/CS
0.00
44
ASO CORPORATION 5375-012BANDAID NEON SPOT 7/, ASO CORPORATION, 5375-012,100EA/BX, 12BX/CS
0.00
45
ASO CORPORATION MOO6418
MOORE BUTTERFLY CLOSURE MED, ASO CORPORATION, MOO6418,100EA/BX, 12BX/CS 0.00
46
ASO CORPORATION 3019-012BANDAGE 1X3 CLEAR ST, ASO CORPORATION, 3019-012,100EA/BX, 12BX/CS
0.00
47
ASO CORPORATION 1019-012BANDAGE STRIP 1X3 PL, ASO CORPORATION, 1019-012,100EA/BX, 12BX/CS
0.00
48
ASO CORPORATION 4303-012BANDG FLEXILET L/F 1, ASO CORPORATION, 4303-012,100EA/BX, 12BX/CS
0.00
49
ASO CORPORATION 4302-012BAND FLEXILET L/F 3/, ASO CORPORATION, 4302-012,100EA/BX, 12BX/CS
0.00
50
ASO CORPORATION M004018MOORE FABRIC STRIPS 3/4X3 LF, ASO CORPORATION, M004018,100EA/BX, 12BX/CS
0.00
51
ASO CORPORATION M004019MOORE FABRIC STRIPS 1X3 LF, ASO CORPORATION, M004019,100EA/BX, 12BX/CS
0.00
52
ASO CORPORATION M002022
MOORE SHEER PLAST 7/8 SPOTS LF, ASO CORPORATION, M002022,100EA/BX, 12BX/CS 0.00
53
ASO CORPORATION M002018
MOORE SHEER PLASTIC 3/4X3 LF, ASO CORPORATION, M002018,100EA/BX, 12BX/CS 0.00
54
ASO CORPORATION M002019MOORE SHEER PLASTIC 1X3 LF, ASO CORPORATION, M002019,100EA/BX, 12BX/CS
0.00
55
ASO CORPORATION 2019-012 Bandage, 1 X 3 Sheer, Aso Corporation, 2019-012, 100/Bx
0.00
56
ASO CORPORATION 4018-012 Bandage, 3/4 X 3, Fabric, Aso Corporation, 4018-012, 100/Bx
0.00
57
ASO CORPORATION 2022-012 Bandage, 7/8" Spot Sheer, Aso Corporation, 2022-012, 100/Bx
0.00
58
ASO CORPORATION 2016-012 Bandage, Xlg Strip, Aso Corporation, 2016-012, 50/Bx
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 52
59
ASO CORPORATION M002027Bandage, Sheer Plastic Mini Lf, Aso Corporation, M002027, 100/Bx
0.00
60
ASO CORPORATION 2021 Band aids, Sheer Strip, 1X3, Aso, 2021, Cs
0.00
61
Associated Hygienic Prods*Inc MSCSE97000
Brief, Ultra Absorbent, Core, Medium, 32" - 44", White, Associated Hygienic Prods*Inc, MSCSE97000, 12EA/BG, 8BG/CS 0.00
62
Associated Hygienic Prods*Inc MSCSE97500
Brief, Ultra Absorbent, Core, Large, 44" - 58", Blue, Associated Hygienic Prods*Inc, MSCSE97500, 12EA/BG, 6BG/CS 0.00
63
Avcor Healthcare Prod Inc 23602-041
Bandage, Compression, 4" X 186", Extra Economy, Avcor Healthcare Prod Inc, 23602-041, 72EA/CS 0.00
64
B & F 64095 Mask, Pediatric, w/ Nebulizer & Tubing, B & F, 64095, 50EA/CS
0.00
65
B.BRAUN R520101SODIUM CHLOR .9% IRR 2F7124, B.BRAUN, R520101,16EA/CS
0.00
66
B.Braun - Mcgaw, Inc. 7190-L8000
Solution, Injectable, 9% Sodium Chloride, Exclusive Container, 1000ML, B.Braun - Mcgaw, Inc., 7190-L8000, 12EA/CS 0.00
67
B.Braun - Mcgaw, Inc. 7190-S8004-5264
Solution, Injectable, 9% Sodium Chloride, Pab Container, 100/150ML, B.Braun - Mcgaw, Inc., 7190-S8004-5264, 64EA/CS 0.00
68
B.Braun - Mcgaw, Inc. 7190-S8004-5384
Solution, Injectable, 9% Sodium Chloride, Pab Container, 50/100ML, B.Braun - Mcgaw, Inc., 7190-S8004-5384, 84EA/CS 0.00
69
B.Braun - Mcgaw, Inc. V1402
Set, Administering, Control Clamp, 2 Piece Male Luer Lock, 14ML, B.Braun - Mcgaw, Inc., V1402, 50EA/CS 0.00
70
BANTA HEALTHCARE 9810856 Capes, 3 Ply White, Banta Healthcare, 9810856, 100/Cs
0.00
71
BANTA HEALTHCARE 96-9153 Cotton Balls, Medium, Banta Healthcare, 96-9153, 2000/Ct
0.00
72
BANTA HEALTHCARE 96-9152 Cotton Balls, Large, Banta Healthcare, 96-9152, 1000/Ct
0.00
73
BANTA HEALTHCARE 9810824Drape Sheet 40X48 White, Banta Healthcare, 9810824, 100/Ea
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 53
74
BANTA HEALTHCARE 9810826Drape Sheet, 40X60, White, Banta Healthcare, 9810826, 100/Ea
0.00
75
BANTA HEALTHCARE 919355 Pillow Case, White Fabric, Banta, 919355, Bx
0.00
76
BANTA HEALTHCARE 981002 Table Paper, 18" Crepe, Banta, 981002, 12/Cs
0.00
77
BANTA HEALTHCARE 9810891 Table Paper, 18" Smooth, Banta, 9810891, 12/Cs
0.00
78
BANTA HEALTHCARE 981004 Table Paper, 21" Crepe, Banta, 981004, Banta, 12/Cs
0.00
79
BANTA HEALTHCARE 916143Table Paper, Prem Crepe, Banta, 916143, 916143, 12/Cs/Bx
0.00
80
BANTA HEALTHCARE 20634 Thermometer Sheath, Banta, 20634, Bx
0.00
81
BANTA HEALTHCARE 9810865 Towel, Professional, 13X18, 2Ply, Banta, 9810865, 500/Cs
0.00
82
Banta Healthcare Products, Inc 9223
Cup, Paper, 4OZ, Waxed, Banta Healthcare Products, Inc, 9223, 1000EA/CS
0.00
83
Banta Healthcare Products, Inc 908272
Gauze Sponge, Sterile, 2S, 4" X 4", 12Ply, High Quality, Banta Healthcare Products, Inc, 908272, 2EA/PK, 25PK/BX, 24BX/CS 0.00
84
Banta Healthcare Products, Inc 911418
Table Paper, Exam, Crepe, 18" X 125', Tidisaurus, Banta Healthcare Products, Inc, 911418, 1EA/BX, 6BX/CS 0.00
85
Banta Healthcare Products, Inc 9810892
Table Paper, Smooth, 21" X 200', Banta Healthcare Products, Inc, 9810892, 12RL/CS
0.00
86
BARD 0615-898314 Foley Cath Tray, 14Fr With U.D. Bag, Bard, 0615-898314, Bx
0.00
87
Baxter Healthcare 2C5417
IV Solution Set, Basic, One Injection Site, Male Luer Slip Adapter, 10 Drops/ML, 68" (1.7m), Baxter Healthcare, 2C5417, 48EA/CS 0.00
88
Baxter Healthcare 2C6537IV Tubing Set, 110", 10 Drops/ML, Baxter Healthcare, 2C6537, 48EA/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 54
89
Baxter Healthcare 2M8063baxter 6201
IV Pump, Flow Guard, Yellow, Baxter Healthcare, 2M8063baxter6201, EA
0.00
90
BAXTER HEALTHCARE 2F7123SODIUM CHLR 0.9% IRR 2F7123P, BAXTER HEALTHCARE, 2F7123,1/EA
0.00
91
Baxter Healthcare 2N3399 Luer Lock Injection Site, Baxter, 2N3399
0.00
92
BAXTER HEALTHCARE Mask, Adult Oxygen 7", Baxter Healthcare, 1203, Ea
0.00
93
Bayer 2163Test Strip, Reagent, Urinalysis, Multistix 9SG, Bayer, 2163, 100EA/BTL, 1BTL/BX, 24BX/CS
0.00
94
Bayer 3942 Test Strip, Glucose, Elite, Bayer, 3942, 100EA/BX, 16BX/CS
0.00
95
Bayer 6516F Analyzer, Chemistry, Urine, Clinitek, Bayer, 6516F, EA
0.00
96
BCI International*** 3044Oximetry, Finger Sensor, Standard, BCI International, 3044, EA
0.00
97
BCI International*** 3401-000Pulse Oximeter, Hand-Held, Finger Print, BCI International, 3401-000, EA
0.00
98
Beaumont Products Inc 633712928
Cleaner, Germicidal, Deodorizer, One Gallon, Beaumont Products Inc, 633712928, 1GL/EA, 4EA/CS 0.00
99
Beaumont Products Inc 632712303/7760Lotion, Hand Sanitizing, Instant Citrus, 8oz, Beaumont Products Inc, 632712303/7760, 12EA/CS
0.00
100
Beaumont Products Inc 632712942/7756Lotion, Hand Sanitizing, Instant Citrus, 4oz, Beaumont Products Inc, 632712942/7756, 24EA/CS
0.00
101
Beckman Coulter Inc 62115Developer, Hemoccult, Solution, 15ML, Sterile, Beckman Coulter Inc, 62115, 20EA/CS
0.00
102
BECKMAN COULTER INC 43025ICON 25HCG PREG TEST 43025, BECKMAN COULTER INC, 43025,4BX/CS
0.00
103
Beckman Coulter Inc 60151Hemoccult Single Slide Test, Beckman Coulter, 60151, 100/BX
0.00
104
Becton Dickinson 4893Needle Holder, Standard, Becton Dickinson, 4893, 72EA/BX, 10BX/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 55
105
Becton Dickinson 207378
Bandage, Elastic, Compression, 6", Stretches to 180", Becton Dickinson, 207378, 10EA/BX, 6BX/CS 0.00
106
Becton Dickinson 300467Collector, Sharps, Red, 6.9QT, Medium, Non-Vented, Becton Dickinson, 300467, 12EA/CS
0.00
107
Becton Dickinson 300470Collector, Sharps, Red, 8.2QT, Large, Non-Vented, Becton Dickinson, 300470, 12EA/CS
0.00
108
Becton Dickinson 305444Collector, Sharps, Pearl, 5.4QT, Side Entry, Nest able, Becton Dickinson, 305444, 20EA/CS
0.00
109
Becton Dickinson 305460
Collector, Sharps, Clear Top/Red, 8QT, Regular Funnel, Nest able, Becton Dickinson, 305460, 24EA/CS 0.00
110
Becton Dickinson 305471Collector, Sharps, Red, 3.2QT, Vertical Entry, Becton Dickinson, 305471, 36EA/CS
0.00
111
Becton Dickinson 305551
Collector, Sharps, Clear, 5.4QT, Horizontal Drop, Next Generation, Patient Room, Becton Dickinson, 305551, 20EA/CS 0.00
112
Becton Dickinson 309604Syringe, 10CC, Luer Lock Tip, Becton Dickinson, 309604, 100EA/BX, 4BX/CS
0.00
113
Becton Dickinson 328230Tablet, Glucose, Diabetes Care, Becton Dickinson, 328230, 6EA/PK, 12PK/CS
0.00
114
Becton Dickinson 367283
Blood Collection Set, Safety-Lok, 23G X 3/4" Needle, 12" Tubing w/ Luer Adapter, Becton Dickinson, 367283, 50EA/BX, 4BX/CS 0.00
115
Becton Dickinson 367285
Blood Collection Set, Safety-Lok, 25G X 3/4" Needle, 12" Tubing w/ Luer Adapter, Becton Dickinson, 367285, 50EA/BX, 4BX/CS 0.00
116
Becton Dickinson 371610
Scalpel, Disposable, Sterile, Stainless Steel, Size 10, Becton Dickinson, 371610, 10EA/BX, 10BX/CS 0.00
117
Becton Dickinson 371615
Scalpel, Disposable, Sterile, Stainless Steel, Size 15, Becton Dickinson, 371615, 10EA/BX, 10BX/CS 0.00
118
Becton Dickinson 383323
IV Catheter, Saf-T-Intima, 22G X 3/4" w/ Wings, Y Adapter & Needle Shield, Becton Dickinson, 383323, 25EA/BX, 8BX/CS 0.00
119
Becton Dickinson 387226
Infusion Set, E-Z Winged, 25G X 3/4" w/ 12" Tubing, Needle Shield, Becton Dickinson, 387226, 50EA/BX, 4BX/CS 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 56
120
Becton Dickinson 387246
Infusion Set, E-Z Winged, 21G X 3/4" w/ 12" Tubing, Needle Shield, Becton Dickinson, 387246, 50EA/BX, 4BX/CS 0.00
121
Becton Dickinson 524030Thermometer, Digital, Standard, Oral, Becton Dickinson, 524030, EA
0.00
122
BECTON DICKINSON 305480
NESTABLE SHARPS COLLECTOR 14QT, LG FUNN,CLR,AUTOCL., , BECTON DICKINSON, 305480,20 EA / CS 0.00
123
BECTON DICKINSON 305551SHARPS CONTAINER 5.4QT #305551, BECTON DICKINSON, 305551,20EA/CS
0.00
124
BECTON DICKINSON 367298VACUTAINER SFTY-LOK SET 367298, BECTON DICKINSON, 367298,50/BX,4BX/CS
0.00
125
BECTON DICKINSON 305487SHARPS CONTAINER 1.4, BECTON DICKINSON, 305487,36EA/CS
0.00
126
BECTON DICKINSON 381423
BD AUTOGUARD IV CATHETER 22G X 1" 999104288, BECTON DICKINSON, 381423,50EA/BX, 4BX/CS 0.00
127
BECTON DICKINSON 381433
BD AUTOGUARD IV CATHETER 20G X 1." 50/ES/BX 4/BX/CS 999104289, BECTON DICKINSON, 381433,50EA/BX, 4BX/CS 0.00
128
Becton Dickinson 367212Blood Collection Needle, Multisample, 21Gx1", Becton Dickinson, 367212, 100/BX
0.00
129
Becton Dickinson 305106Needle, Hypodermic, 30Gx1/2", Becton Dickinson, 305106, 100/BX
0.00
130
Becton Dickinson 305903Syringe, SafetyGlide, 1ml, 25Gx5/8", Becton Dickinson, 305106, 50/BX
0.00
131
Becton Dickinson 309570 Syringe, 3cc, 25Gx5/8", Becton Dickinson, 309570, 100/BX
0.00
132
Becton Dickinson 309571 Syringe, 3cc, 23Gx1", Becton Dickinson, 309571, 100/BX
0.00
133
Becton Dickinson 309574 Syringe, 3cc, 22Gx1 1/2", Becton Dickinson, 309574, 100/BX
0.00
134
Becton Dickinson 309581Syringe, 3cc, 25Gx1", Becton Dickinson, 309581, 100/BX, 8BX/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 57
135
Becton Dickinson 309623Syringe, Tuberculin, 1cc, 27Gx1/2", Becton Dickinson, 309623, 100/BX
0.00
136
Becton Dickinson 309626Syringe, Tuberculin, 1cc, 25Gx5/8", Becton Dickinson, 309626, 100/BX
0.00
137
Becton Dickinson 329464Syringe, Safety Lok, 1cc, 29Gx1/2", Becton Dickinson, 329464, 100/BX
0.00
138
BECTON DICKINSON 221854 Agar Plate, Corn Meal, Tw 80, Becton Dickinson,221854,Ct
0.00
139
BECTON DICKINSON 221733 Agar Plate, Cdc Anaer Blood, Becton Dickinson, 221733, 20/Ct
0.00
140
BECTON DICKINSON 221270Agar Plate, Macconkey Ii, Becton Dickinson, 221270, 100/Ct
0.00
141
BECTON DICKINSON 221267 Agar Plate, Choc Ii, 7W, Becton Dickinson, 221267, 100/Ct
0.00
142
BECTON DICKINSON 309582 Syringe, 3Cc, 25Gx1/5, Becton Dickinson, 309582, 100/Bx
0.00
143
BECTON DICKINSON 381167 Angiocath Iv Cath, 14G, Becton Dickinson, 381167, Ea
0.00
144
BECTON DICKINSON 381137 Angiocath Iv Cath, 20G, Becton Dickinson, 381137, Ea
0.00
145
BECTON DICKINSON 381123 Angiocath Iv Cath, 22G, Becton Dickinson, 381123, Ea
0.00
146
BECTON DICKINSON 381112 Angiocath Iv Cath, 24G, Becton Dickinson, 381112, Ea
0.00
147
BECTON DICKINSON 240952 Bbl Staphyloslide Latex Kit, Becton Dickinson, 240592, Ea
0.00
148
BECTON DICKINSON 371110Blade, #10 Sterile Surgeons, Becton Dickinson, 371110, 50/Bx
0.00
149
BECTON DICKINSON 371111Blade, #11 Sterile Surgeons, Becton Dickinson, 371111, 50/Bx
0.00
150
BECTON DICKINSON 371115Blade, #15 Sterile Surgeons, Becton Dickinson, 371115, 50/Bx
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 58
151
BECTON DICKINSON 7251 Blood Collection Set, 21G, Becton Dickinson, 7251, 50/Bx
0.00
152
BECTON DICKINSON 7253 Blood Collection Set, 23G, Becton Dickinson, 7253, 50/Bx
0.00
153
BECTON DICKINSON 7255 Blood Collection Set, 25G, Becton Dickinson, 7255, 50/Bx
0.00
154
BECTON DICKINSON 7210 Blood Collection Set, 22G X 1, Becton Dickinson, 7210, 100/Bx
0.00
155
BECTON DICKINSON 220109 Culturette Ii, Dual St, Becton Dickinson, 220109, 50/Ct
0.00
156
BECTON DICKINSON 207377 Bandage, Elastic 4", Becton Dickinson, 207377, Cs
0.00
157
BECTON DICKINSON 381123 Iv Cath Angiocath, 22Gx1", Becton Dickinson, 381123,Bx
0.00
158
BECTON DICKINSON 305155 Needle, 22Gx1", Becton Dickinson, 305155,100/Bx
0.00
159
BECTON DICKINSON 305145 Needle, 23Gx1", Becton Dickinson, 305145, 100/Bx
0.00
160
BECTON DICKINSON 305122 Needle, 25Gx5/8", Becton Dickinson, 305122, 100/Bx
0.00
161
BECTON DICKINSON 305125 Needle, 25Gx1", Becton Dickinson, 305125, 100/Bx
0.00
162
BECTON DICKINSON 305127 Needle,25Gx1 1/2", Becton Dickinson, 305127, 100/Bx
0.00
163
BECTON DICKINSON 305156 Needle, 22Gx1.5, Becton Dickinson, 305156, 100/Bx
0.00
164
BECTON DICKINSON 305195 Needle, 18Gx1", Becton Dickinson, 305195, 100/Bx
0.00
165
BECTON DICKINSON 305176Needle, 20Gx1.5", Disposable, Becton Dickinson, 305176, 100/Bx
0.00
166
BECTON DICKINSON 305554Syringe,Safety,Tb,1Cc 25Gx5/8,Becton Dickinson,305554,100/Bx
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 59
167
BECTON DICKINSON 309594Syringe, Safety, 3Cc 23X1, Becton Dickinson, 309594, 100/Bx
0.00
168
BECTON DICKINSON 309603 Syringe, Luer Lock, 5Cc, Becton Dickinson, 309603, 100/Bx
0.00
169
BECTON DICKINSON 309585Syringe Only, 3Cc, Luer Lock, Becton Dickinson, 309585, 100/Bx
0.00
170
BECTON DICKINSON 305553Syringe, Safety, 1Cc 27Gx1/2, Tb, Becton Dickinson, 305553, 100/Bx
0.00
171
BECTON DICKINSON 36-7253Vacutainer, 23G X 3/4, Blue, Becton Dickinson, 36-7253, 50/Bx
0.00
172
Beiersdorf 231
Dressing, Bandage, Fabric, Adhesive, 1" X 3", Latex Free, Beiersdorf, 231, 100EA/BX, 12BX/CS 0.00
173
Beiersdorf 1053Gauze Bandage, Unna Boot, 4" X 10Yd, Beiersdorf, 1053, 12EA/CS
0.00
174
Beiersdorf 4405Brace, Knee, Cotton, Small, 10-1/2" X 12-1/2", Rayon Elastic, Beiersdorf, 4405, EA
0.00
175
BIERSDORF 4505 Ankle Brace, Large, #45, 4505, Ea
0.00
176
Bio-Detek Inc. DE1070-A
Electrode, Resting Tab, AG/AGCL, Bio-Detek Inc., DE1070-A, 100EA/BG, 5BG/BX, 10BX/CS 0.00
177
BIOSYS LABS, INC U39 Uriscan Strips, 10Sg, Biosys Labs, Inc, U39, 100/Ct
0.00
178
Biosys Labs, Inc. 25Test Strip, Urine, w/ General Gloves, Biosys Labs, Inc., 25, 100EA/VL, 1VL/BX, 10BX/CS
0.00
179
BOEHRINGER MANN 911 A/C Instantplus Cholesterol, Mann, 911, 25/Bx
0.00
180
BOWMAN MFG 1500 Glove Dispenser, Bowman Mfg, 1500, Ea
0.00
181
BRANDT INDUSTRIES 70002Screen, Privacy Folding, 4 Panel, Brandt Industries, 70002, Ea
0.00
182
BRECKENRIDGE INC. 51736TRIPLE ANTIBIOTIC IND PK 1GM, BRECKENRIDGE INC., 51736,144EA/BX, 12BX/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 60
183
Brewer 0985-5001-04Table, Exam, w/ Pelvic Tilt, w/ Drawer Heater, Burgundy, Brewer, 0985-5001-04, EA
0.00
184
BSN-Jobst 0730-1307
Dressing, Bandage, Fabric, Adhesive, Large Finger Tip, Latex Free, BSN-Jobst, 0730-1307, 50EA/BX, 12BX/CS 0.00
185
Burdick 47029Sensors, Disposable, CardioSense/Ultra II, Burdick, 47029, 500EA/BX, 10BX/CS
0.00
186
BURDICK 1055 Bp Cuff, Large, Burdick, 1055, Ea
0.00
187
BURNSHINE B9 Cleaner Enzmatic, B9, Gal/Bx
0.00
188
BURNSHINE S5 Instrument Germicide, S5,
0.00
189
Burton Medical Products Corp. 224112
Light, Outpatient II, w/ Fleximount Floor Stand, Burton Medical Products Corp., 224112, EA 0.00
190
Busse 142Syringe, Sterile, 2OZ, Ear/Ulcer, Disposable, Latex Free, Busse, 142, 50EA/CS
0.00
191
Busse 202Gown, Isolation, Non-Sterile, Latex Free, Yellow, Busse, 202, 50EA/CS
0.00
192
Busse 297 Suction Tip, Rigid Open, Sterile, w/ Vent, Busse, 297, 50EA/CS
0.00
193
Busse 346Cover, Shoe, Sur-Step, Bulk, w/ Anti-Skip Strips, Universal Size, Busse, 346, 150PR/CS
0.00
194
Busse 348Cover, Shoe, Non-Conducting, Universal, Busse, 348, 50PR/BX, 3BX/CS
0.00
195
Busse 490Cup, Denture, w/ Engraved, Turquoise Lid, Plastic, Busse, 490, 250EA/CS
0.00
196
Busse 715 Kit, Tracheostomy Care, Sterile, Busse, 715, 1KIT/BX, 20BX/CS
0.00
197
Busse 716Kit, Skin Staple Remover, Stainless Steel, Sterile, Busse, 716, 48EA/CS
0.00198 Busse 723 Kit, Suture Removal, Sterile, 1
Iris Scissors, Straight, 4-1/2", 1 Adson Serrated Forceps, 4-3/4", 1 Large Alcohol Prep Pad, 1 Idaho PVP Prep Pad, and 1 3" x
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 61
3" 12Ply Gauze Dressing, Latex Free, Busse, 723, 50EA/CS
199
Busse 737Kit, Suture Removal, Sterile, Littauer Tip, Busse, 737, 48EA/CS
0.00
200
Busse 747
Kit, Suturing, 1 Halsey Needle Holder, Fine Point, 5", 1 Iris Scissors, Straight, 1 Adson Forceps, 2 2oz Medicine Cups, 5 2" x 2" Gauze Sponges, 8 4" x 4" Gauze Sponges, 1 18" x 26" Fenestrated Drape, 1 Absorbent Towel, Blue, Busse, 747, 20EA/CS 0.00
201
Busse 749Tray, Laceration, ER, w/ Floor Grade Instruments, Busse, 749, 20EA/CS
0.00
202
Busse 800
Set, Tracheostomy Care, Sterile, w/ Hydrogen Peroxide, 1 Pair of Gloves, 1 Polylined Drape, Busse, 800, 20EA/CS 0.00
203
Busse 821 IV Start Kit, w/ Tegaderm Dressing, Busse, 821, 50EA/CS
0.00
204
BUSSE 696 Drape, 18 X 26 Plain, Busse, 696, 50Bx
0.00
205
BUSSE 759 Dressing Change Tray, Busse, 759, Ea
0.00
206
BUSSE 1124 Infection Control Kit Deluxe, Busse, 1124, Ea
0.00
207
BUSSE 751 Minor Laceration Pack, Busse, 751, Ct
0.00
208
C&P Healthcare Corp 59950 MOORE/4910
Bandage, Triangular, Non-Sterile, 36" X 30" X 51", C&P Healthcare Corp, 59950 MOORE/4910, 12EA/BX 0.00
209
CALTECH INDUSTRIES INC 23032 Cleaner, Precise QTB, Caltech
Industries Inc, 23032, 32Oz 0.00
210
CAN-AM CARE 810114 Lancets, Can-Am Care, 810114, Bx
0.00
211
Cardinal Health 001811Tubing, Connector, Two Oxygen Tubes, Cardinal Health, 001811, 50EA/CS
0.00
212
Cardinal Health 002006Humidifier, Empty, 6PSI, Blue, Cardinal Health, 002006, 50EA/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 62
213
Cardinal Health 002034Nebulizer, Medicinal, Tee Adapter, 7' Tubing, Cardinal Health, 002034, 50EA/CS
0.00
214
Cardinal Health 3274Cap, Bouffant, Spunbound, Blue, Cardinal Health, 3274, 750EA/CS
0.00
215
Cardinal Health 1472950Ointment, Zinc Oxide, USP, 1OZ Tube, Cardinal Health, 1472950, 1EA/PK, 6PK/BX
0.00
216
Cardinal Health T16/15 Device, Biopsy, Temno, Cardinal Health, T16/15, 5EA/CS
0.00
217
CARDINAL HEALTH 001301TUBING OXYGEN 7' VINYL TIPPED, CARDINAL HEALTH, 001301,50EA/CS
0.00
218
CARDINAL HEALTHCARE 8848AGlove, Exam N/S Latex Textured Pf, Instaguard, Cardinal Health, Cs
0.00
219
CARDINAL HEALTHCARE 8847AGlove, Exam N/S Latex Textured Pf, Instaguard, Cardinal Health, Cs
0.00
220
CARDINAL HEALTHCARE 8888I Glove, Instaguard Pf Exam, Cardinal Healthcare, 8888I, Cs
0.00
221
CARDINAL HEALTHCARE 8887I Glove , Instaguard Pf Exam, Cardinal Healthcare, 8887I, Cs
0.00
222
CARDINAL HEALTHCARE 8886I Glove, Instaguard Pf Exam, Cardinal Healthcare, 8886I, Cs
0.00
223
CHASE SCIENTIFIC 7101 Microscope Slides, Plain, Chase Scientific, 7101, Bx
0.00
224
Chester Labs 535-4-96Rinse, Mouth, Alcohol, Blue, 4OZ, Chester Labs, 535-4-96, 96EA/CS
0.00
225
Chester Labs 560-5.8 Scrub, Alcohol Foam, 5.8OZ, Chester Labs, 560-5.8, 24EA/CS
0.00
226
Chronimed Inc. D11000
Test Strip, Reagent, Full Urinalysis, DiaScreen 10, D11000, 100EA/VL, 1VL/BX, 10BX/CS 0.00
227
Chronimed Inc. D11200
Test Strip, Reagent, Urinalysis, Screens for Glucose & Protein, D11200, 100EA/VL, 1VL/BX, 10BX/CS 0.00
228
Chronimed Inc. D11900Test Strip, Reagent, Urinalysis, DiaScreen 9, D11900, 100EA/VL, 1VL/BX, 10BX/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 63
229
Chronimed Inc. D13400Test Strip, Reagent, Urinalysis, DiaScreen 4NL, D13400, 100EA/VL, 1VL/BX, 10BX/CS
0.00
230
Clark Pillow Company SSC-116Pillow, Moisture Proof, White, 17" X 24", 16OZ Fill, Clark Pillow Company, SSC-116, 16EA/CS
0.00
231
CLINTON M-22 Mayo Stand, Clinton, M-22, Ea
0.00
232
Coloplast Corporation 2650 Paste, Barrier, 2OZ, Coloplast Corporation, 2650, 12EA/CS
0.00
233
Connecticut Clean Room Corp NON 24556
Cover, Shoe, Regular, Blue, Polyethylene, Connecticut Clean Room Corp., NON 24556, 50PR/BG, 10BG/CS 0.00
234
CONSOLIDATED PRODUCTS 4299.1
Instant Cold Compress, Consolidated Products, 4299.1, Cs
0.00
235
Conva Tec 187955 Dressing, Extra Thin, 4' x 4", Conva Tec, 187955, 10EA/BX
0.00
236
Conva Tec 324908 Moisture Barrier, Protective, Conva Tec, 324908, 12EA/CS
0.00
237
Conva Tec 651031 Dressing, Combiderm, 4" X 4", Conva Tec, 651031, 10EA/BX
0.00
238
CoreTex Products 71430
Sunscreen, Pouch, SPF 30+, Dispenser Shell Clam, CoreTex Products, 71430, 25EA/BG, 8BG/CS 0.00
239
Cosco Enterprise 01544-16 Soap, Green Tincture, Cosco Enterprise, 01544-16, EA
0.00
240
Cramer Products, Inc. 32746Pack, Cold, Reusable, Regular, 6" X 9", Flex-I-Cold, Cramer Products, Inc., 32746, 12EA/CS
0.00
241
Cramer Products, Inc. 32846Pack, Cold, Reusable, Small, 4" X 6", Flex-I-Cold, Cramer Products, Inc., 32846, 12EA/CS
0.00
242
Cumberland-Swan 87143Peroxide, Hydrogen, 3% Solution, 16OZ, Cumberland-Swan, 87143, 12EA/CS
0.00
243
Custom Labs TG30006Glucose, Trutol, Orange, Sundex, 100G, Custom Labs, TG30006, 12EA/CS
0.00
244
CYPRSS 25-92 Glove,Sm Vinyl Pf, 25-92,100/Cs
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 64
245
Dey L.P. 50001 EpiPen, (1 PK) 0.3MG, Dey L.P., 50001, 1EA/BX, 12BX/CS
0.00
246
Dey L.P. 50101 EpiPen, Jr, (1 PK) 0.15MG, Dey L.P., 50101, 1EA/BX, 12BX/CS
0.00
247
Dey L.P. 0500-02EpiPen, 2 Pack (2 Pens + Trainer), 0.3MG, Dey L.P., 0500-02, 2EA/BX, 6BX/CS
0.00
248
Dial Corporation 80733Soap, Liquid Antimicrobial, 1.5OZ, Dial Corporation, 80733, 72EA/CS
0.00
249
Dial Corporation 84019Soap, Liquid Antimicrobial, Liter Refill, Dial Corporation, 84019, 8EA/CS
0.00
250
Dial Corporation 84014 Soap W/Pump, Liquid, 7.5oz, Dial, 84014, 1EA
0.00
251
DONOVAN IND HB01 Hairbrush, Standard Bristles, Donovan , Hb01, Ea
0.00
252
DONOVAN IND TNC3282 Toe Nail Clipper With File, Donavon, Tnc3282, Cs
0.00
253
Donovan Industries Inc FNC3268Clipper, Nail, Finger, w/ File, Donovan Industries Inc, FNC3268, 6EA/BX, 48BX/CS
0.00
254
Drug Free Enterprises 60505Test, 5 Panel Cup, Drug Check w/ PCP, Drug Free Enterprises, 60505, 25EA/BX
0.00
255
DUKAL 44122 Gauze, Poly, 2X2, 4Ply, N/S, Dukal Corp, 44122, Ct
0.00
256
DUKAL CORP 503 Bandage, Elastic 3 X 5", Dukal Corporation, 503, 10/Bx
0.00
257
DUKAL CORP 4084IM Gauze, 4X4 8-Ply N/S, Dukal Corporation, 4084Im, 200/Bx
0.00
258
DUKAL CORP 12276 Gauze Sponge, 2X2 12 Ply, Dukal, 12276, Ct
0.00
259
Dukal Corporation P110Tape, Paper, Hypoallergenic, 1" X 10Yd, Dukal Corporation, P110, 12RL/BX, 12BX/CS
0.00
260
DUKAL CORPORATION 44123POLY GAUZE 3X3 4 PLY NS, DUKAL CORPORATION, 44123,200EA/BG, 20BG/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 65
261
DUKAL CORPORATION M49252 Bandage, Conform, 4 X 4.1 Yds, Ns, Dukal Corporation, M49252
0.00
262
DUKAL CORPORATION 6412 Gauze, 4X4 12Ply Sterile, Dukal Corporation, 6412, 50/Bx
0.00
263
DUKAL CORPORATION 8250 Gauze Pads, 2X2 Sterile, Dukal, 8250, Bx
0.00
264
DUKAL CORPORATION 37336 Gauze Sponge, 2X2, 8 Ply Ns, Dukal 37336, Ct
0.00
265
DUKAL CORPORATION 3233 Gauze Sponge, 3X3 12Ply, Dukal, 3233, Ct
0.00
266
DUKAL CORPORATION 12277 Gauze Sponge, 3X3 12Ply, Dukal, 12277, Ct
0.00
267
DUKAL CORPORATION 12771 Gauze Sponge, 3X3 8 Ply, Dukal 12771, Ct
0.00
268
DUKAL CORPORATION 12279 Gauze Sponge, 4X4 12 Ply, Dukal, 12279, Ct
0.00
269
DUKAL CORPORATION 12278 Gauze Sponge , 4X4 8Ply, Dukal, 12278, Ct
0.00
270
DUKAL CORPORATION 4122IM Gauze Sponge, 4X4 N/S, Dukal, 4122Im, Bx
0.00
271
DYNAREX B67001 Alcohol Prep Pad, Dynarex, B67001, 100/Bx
0.00
272
DYNAREX 1311 Wipes, Baby, Dynarex Corp, 1311,
0.00
273
Dynarex Corporation 1401Ammonia Inhalant, 0.33CC, Dynarex Corporation, 1401, 10EA/BX
0.00
274
Dynarex Corporation 3322
Gauze Sponge, Surgical, Sterile, 2" X 2", 8Ply, Dynarex Corporation, 3322, 2EA/ENV, 50ENV/BX, 30BX/CS 0.00
275
Dynarex Corporation 3343
Gauze Sponge, Surgical, Sterile, 4" x 4", 12Ply, Dynarex Corporation, 3343, 2EA/ENV, 25ENV/BX, 24BX/CS 0.00
276
Dynarex Corporation 3601
Bandage, Adhesive, Strip, Sheer, Sterile, 3/4" X 3", Dynarex Corporation, 3601, 100EA/BX, 24BX/CS 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 66
277
Dynarex Corporation 3608
Bandage, Adhesive, Strip, Sheer, Sterile, 3/8" X 3", Junior, Dynarex Corporation, 3608, 100EA/BX, 36BX/CS 0.00
278
Dynarex Corporation 3614
Bandage, Adhesive, Fabric, Strip, Sterile, 2" X 4-1/2", Dynarex Corporation, 3614, 50EA/BX, 24BX/CS 0.00
279
Dynarex Corporation 3617
Bandage, Adhesive, Fabric, Strip, Sterile, 1-3/4" X 2", Fingertip, Dynarex Corporation, 3617, 100EA/BX, 24BX/CS 0.00
280
Dynarex Corporation B67003Pad, Alcohol Prep, Medium, 1" X 2.5", Dynarex Corporation, B67003, 100EA/BX, 20BX/CS
0.00
281
Dynarex Corporation P-D41900
Castile Soap, Towelette, w/o BZK, w/ 2% Coconut Oil, Dynarex Corporation, P-D41900, 1EA/PK, 100PK/BX, 10BX/CS 0.00
282
Dynarex Corporation 3614 Bandages, Fabric Strip, X-large 2"x4", Dynarex, 3614, 50/BX
0.00
283
Dynarex Corporation 3223Gauze Sponge 2"x2", 12-ply, NonSterile, Dynarex, 3223, 200/BX, 8000/CS
0.00
284
Dynarex Corporation 3354 Gauze Pads 4"x4", 12-Ply Sterile, Dynarex, 3354, 100/BX
0.00
285
Dynarex Corporation 3572 Tape, Transparent, 1", Dynarex, 3572, 12/BX
0.00
286
Dynarex Corporation 3602 Bandage ,Plastic, 1"x3", Dynarex, 3602, 100/BX
0.00
287
Dynarex Corporation 3611 Bandage, Fabric, 3/4"x3", Dynarex, 3611, 100/BX
0.00
288
Dynarex Corporation 3612 Bandage, Fabric, 1"x3", Dynarex, 3612, 100/BX
0.00
289
Dynarex Corporation 2329Surgical Gloves, Latex, Lightly-Powdered, X-large, Dynarex, 2329, 100/BX
0.00
290
Dynarex Corporation 3607 Spot Bandage, 7/8", Dynarex, 3607, 100/BX
0.00
291
DYNAREX CORPORATION D70600 Wipes, Bacterial, Dynarex,
D70600, 100/Bx 0.00
292
DYNAREX CORPORATION 3710 Cotton Balls, Medium, Dynarex
Corporation, 3710, 2000/Ct 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 67
293
E Fougera 23504Ointment, Vitamins A & D, 4OZ Tube, E Fougera, 23504, 6EA/BX
0.00
294
EMPLOY+ABILITY 4298 Instant Hot Compress, Employ+Ability, 4298, Ct
0.00
295
EMPLY+ABILITY 4306 Cold/Hot Reusable Gel Pack, Employ+Ability, 4306, Ea
0.00
296
Encompass/Hospitex-Lintex 46583-113
Tunic, Square Neck, Ceil Blue, Small, Encompass/Hospitex-Lintex, 46583-113, EA
0.00
297
Encompass/Hospitex-Lintex 46583-115
Tunic, Square Neck, Ceil Blue, Medium, Encompass/Hospitex-Lintex, 46583-115, EA
0.00
298
ENCOMPASS/HOSPITEX-LINTEX 47974-605
BATH TOWEL ALL-COT 20X40 5LB, ENCOMPASS/HOSPITEX-LINTEX, 47974-605,12EA(DZ)BX 0.00
299
Encore 9810846
Gown, Exam, Patient, Tissue/Poly/Tissue, 30" X 42", White, Stretchable Waist Ties, Encore, 9810846, 50EA/CS 0.00
300
ETHICON 2013NON-ADHERING DRESSING 3X8", ETHICON, 2013,36EA/BX,6BX/CS
0.00
301
Exel Corporation 26026
Syringe, 1/2CC, Insulin w/ Needle, 28G X 1/2", Retail Pack, Latex Free, Exel Corporation, 26026, 10EA/BG, 10BG/BX, 5BX/CS 0.00
302
E-Z-EM 816 Enema Bag, 16OZ w/ Barium, E-Z-EM, 816, 24EA/CS
0.00
303
E-Z-EM L196Liquid, 12OZ, E-Z Paque, 60% W/U w/ Caps, E-Z-EM, L196, 24EA/CS
0.00
304
FASTMARK INC FASTAID JR Fastaid First Aid Guide, Fastmark,Inc, Fastaid Jr, Ea
0.00
305
First Quality Products Inc IB-013
Brief, Adult, Full Mat, Super Absorbent, Large, First Quality Products Inc, IB-013, 12EA/BG, 6BG/CS 0.00
306
First Quality Products Inc IB-014
Brief, Adult, Full Mat, Super Absorbent, X-Large, First Quality Products Inc, IB-014, 16EA/BG, 4BG/CS 0.00
307
First Quality Products Inc IBF-016
Brief, Adult, Full Mat, Frontal Tape, Regular, Disposable, First Quality Products Inc, IBF-016, 10EA/BG, 8BG/CS 0.00
308
First Quality Products Inc NU-014Brief, Adult, Nu-Fit, X-Large, First Quality Products Inc, NU-014, 10EA/BG, 6BG/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 68
309
First Quality Products Inc UP-100
Under pad, Super, Spun bond, Peach, 30" X 30", First Quality Products Inc, UP-100, 10EA/BG, 10BG/CS 0.00
310
First Quality Products Inc WW-701Wipe, Wet, Disposable, First Quality Products Inc, WW-701, 48EA/TUB, 1TUB/BX, 12BX/CS
0.00
311
First Quality Products Inc PV-513Brief - Protective Underwear, Large, First Quality Corporation, PV513, 72/CS
0.00
312
Fisher 7118-22278705Blood Collection Device, Safety, Fisher, 7118-22278705, 250EA/PK, 4PK/CS
0.00
313
Graham Field 95-3719Paper Lens, 4" X 6", Graham Field, 95-3719, 50SHTS/PK, 12PK/BX
0.00
314
GRAHAM FIELD 47-1590 Applicator, 6", Silver Nitrate, Graham Field, 47-1590, 100/Bx
0.00
315
GRAHAM FIELD 70221NExam Gown, 30X42 3 Ply White, Graham Medical Products, 70221N, Cs
0.00
316
GRAHAM FIELD 70180NTowel, Plasback, 13 1/2, 3Ply, White, Graham Medical, 70180N, Cs
0.00
317
GRAHAM FIELD 70170NTowel, Professional, 13 1/2, 3Ply, White, Graham Medical, 70170N, Cs
0.00
318
GRAHAM FIELD 70002N Table Paper, 18" White Crepe, Graham Medical, 70002N, Cs
0.00
319
GRAHAM FIELD 70016N Table Paper, 18" White Smooth, Graham Medical, 70016N, Cs
0.00
320
GRAHAM FIELD 70004N Table Paper, 21" White Crepe, Graham Medical, 70004N, Cs
0.00
321
GRAHAM FIELD 70018N Table Paper, 21" White Smooth, Graham Medical, 70018N, Cs
0.00
322
GRAHAM MEDICAL PRODUCTS 70300N
DRAPE SHEET 40X48 2PLY WHT 300, GRAHAM MEDICAL PRODUCTS, 70300N,100EA/CS
0.00
323
H&P 2448861 Alcohol Gel, 40Z, H&P, 2448861, Bx/Ea
0.00
324
H&P 1753439 Baby Wipes, Freshette, H&P, 1753439, 720/Cs
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 69
325
H&P 1278624 Wipes, Triad, Gentle Relief, H&P, 1278624, Bx
0.00
326
Hartman Conco 193045Bandage, Elastic, Sterile, 3" X 4.1Yd, Hartman Conco, 193045, 12EA/BX, 8BX/CS
0.00
327
Hartman Conco 16200025Bandage, Elastic, Reinforced, 2" X 5Yd, Hartman Conco, 16200025, 10EA/BX, 6BX/CS
0.00
328
Hartman Conco 16300025Bandage, Elastic, Reinforced, 3" X 5Yd, Hartman Conco, 16300025, 10EA/BX, 6BX/CS
0.00
329
Hartman Conco 19200000
Bandage, Elastic, Latex Free, Sterile, 2" X 4.1Yd, Hartman Conco, 19200000, 12EA/BX, 8BX/CS 0.00
330
Hartman Conco 33390000
Bandage, Elastic, Latex Free, Sterile, 3" X 4.5Yd, Hartman Conco, 33390000, 10EA/BX, 6BX/CS 0.00
331
Hartmann Conco 33490000Bandage, Elastic, Flesh, 4" X 4.5Yd, Hartman Conco, 33490000, 10EA/BX, 6BX/CS
0.00
332
Hartman Conco 33690000Bandage, Elastic, Flesh, 6" X 4.5Yd, Hartman Conco, 33690000, 10EA/BX, 6BX/CS
0.00
333
Hartman Conco 59540000
Bandage, Latex Free, Self Closure, 4" X 5Yd, Hartman Conco, 59540000, 10EA/BX, 6BX/CS 0.00
334
Hartman Conco 59560000
Bandage, Latex Free, Self Closure, 6" X 5Yd, Hartman Conco, 59560000, 10EA/BX, 6BX/CS 0.00
335
Hartman Conco 80100000
Bandage, Elastic, Latex Free, Non-Sterile, 1" X 4.1Yd, Hartman Conco, 80100000, 24EA/BX, 4BX/CS 0.00
336
Hartman Conco 80200025
Bandage, Elastic, Latex Free, Non-Sterile, 2" X 4.1Yd, Hartman Conco, 80200025, 12EA/BG, 8BG/CS 0.00
337
Hartman Conco 80300000
Bandage, Elastic, Latex Free, Non-Sterile, 3" X 4.1Yd, Hartman Conco, 80300000, 12EA/BG, 8BG/CS 0.00
338
Hartman Conco 80400000
Bandage, Elastic, Latex Free, Non-Sterile, 4" X 4.1Yd, Hartman Conco, 80400000, 12EA/BG, 8BG/CS 0.00
339
Hartman Conco 81300025
Bandage, Elastic, Latex Free, Sterile, 3" X 4.1Yd, Hartman Conco, 81300025, 12EA/BG, 8BG/CS 0.00
340
HARTMAN CONCO 33290000 Bandage, Elastic 2", Hartman Conco, 33290000, Ea
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 70
341
HARTMAN CONCO 16400025 Bandage, Elastic 4", Hartman Conco, 16400025, Bx
0.00
342
HARTMAN CONCO Flexicon, Sterile Gauze 4 X 4.1 Yds, Hartman Conco, 19400000, Bx
0.00
343
Hausmann Industries, Inc 7030
Couch, w/ Cabinet & Sliding Doors, 72" X 27" X 22", Hausmann Industries, Inc., 7030, 6PARTS/COUNCHUNIT, 1 COUCHUNIT/BX 0.00
344
HEALTHLINK 7720 Soap, Aloeguard 800Ml, Healthlink, 7720
0.00
345
HEALTHLINK 7740 Soap, Aloeguard, Healthlink, 7740, Gal/Bx
0.00
346
HEATLHLINK 7135 Disinfectant, Citrofoam, Healthlink, 7135, Ea/Bx
0.00
347
Hermitage Hospital Products 1801
Blade, Tongue, Regular, 6" X 3/4", Non-Sterile, Hermitage Hospital Products, 1801, 50EA/BX, 10BX/CS 0.00
348
Hermitage Hospital Products 1902
Applicator, Cotton Tipped, Sterile, Wooden Shaft, 6", Hermitage Hospital Products, 1902, 2EA/BG, 100BG/BX, 10BX/CS 0.00
349
HERMITAGE HOSPITAL PRODUCTS 69616
WOOD TONGUE BLADES JR NS MMC, HERMITAGE HOSPITAL PRODUCTS, 69616,500EA/BX, 10BX/CS 0.00
350
HERMITAGE HOSPITAL PRODUCTS 69618
Tongue Blades, Wood, Adult, Sterile, Hermitage Hospital, 69618, Bx
0.00
351
Hollister 17121 Hygiene Kit, Pump, Hand, Sterile, Hollister, 17121, EA
0.00
352
Hollister 17126Hygiene Kit, Pump, Hand, Dual, w/ Flex Shield, Sterile, Hollister, 17126, EA
0.00
353
Hollister 17131 Hygiene Kit, Dual, Sterile, Hollister, 17131, EA
0.00
354
Hormel Healthlabs Inc 27016
Supplement, Liquid for Malnutrition, Medium Pass Vani32, Hormel Healthlabs Inc, 27016, 12EA/CS 0.00
355
Hospital Specialty Co 14147Napkin, Sanitary, Feminine Hygiene, Disposable, Hospital Specialty Co, 14147, 250EA/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 71
356
Hudson Respiratory Care, Inc. 1041
Mask, Concentration, Medium, Elongated w/ 7' Tubing, Hudson Respiratory Care, Inc., 1041, 50EA/CS 0.00
357
Hudson Respiratory Care, Inc. 1882
Nebulizer, Micro Mist w/ Tee Mouthpiece & Small Tubing, Hudson Respiratory Care, Inc., 1882, 50EA/CS 0.00
358
HUNTLEIGH HEALTHCARE INC BD30000 Fetal Monitor, Huntleigh
Healthcare, Bd3000, Ea 0.00
359
HUNTLEIGH HEALTHCARE, INC. D920-P
FETAL DOPPLEX D920, HUNTLEIGH HEALTHCARE, INC., D920-P,EA
0.00
360
HUNTLEIGH HEALTHCARE, INC. FD2-OP3
FETAL DOPPLEX II 3MHZ PROBE, HUNTLEIGH HEALTHCARE, INC., FD2-OP3,EA 0.00
361
I C N Pharmaceuticals 187074631Insta Glucose, 31GM Tube, I C N Pharmaceuticals, 187074631, 12EA/BX, 8BX/CS
0.00
362
INNOVATIVE HEALTHCARE 162100
GLOVE EXAM VINYL SYN PF SML, INNOVATIVE HEALTHCARE, 162100,100EA/BX, 10BX/CS 0.00
363
INNOVATIVE HEALTHCARE 162200
GLOVE MED VINYL P/F, INNOVATIVE HEALTHCARE, 162200,100EA/BX, 10BX/CS
0.00
364
INNOVATIVE HEALTHCARE 162300
GLOVE MED VINYL W/PW, INNOVATIVE HEALTHCARE, 162300,100EA/BX, 10BX/CS
0.00
365
JAMES ALEXANDER CORP 33101-HLM Ammonia, Aromatic, James
Alexander, 33101-Hlm, Bx 0.00
366
JOHNSON & JOHNSON DHV12DERMABOND DHV12, JOHNSON & JOHNSON, DHV12,12 EA / BX
0.00
367
Kawasumi Labs America, Inc. IV0013Y
IV Administration Set, w/ Injection Site, Latex Free, 60GTTS, Kawasumi Labs America, Inc., IV0013Y, 50EA/CS 0.00
368
Kawasumi Labs America, Inc. IV009Y
IV Administration Set, w/ Injection Site, Latex Free, 10GTTS, IV009Y, 50EA/CS
0.00
369
Kendall 1020Solution, Sterile Bottle, 100ML for Irrigation & Suction, 3.5OZ, Kendall, 1020, 48EA/CS
0.00
370
Kendall 2242Gauze Bandage, Stretch, Non-Sterile, 2" X 75", Kendall, 2242, 12RL/BG, 8BG/CS
0.00
371
Kendall 2244Gauze Bandage, Stretch, Non-Sterile, 3" X 75", Kendall, 2244, 12RL/BG, 8BG/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 72
372
Kendall 14000
Container, Specimen, Graduated, w/ Metal Screw on Cap, 7OZ, Kendall, 14000, 100EA/CS 0.00
373
Kendall 1522SACollector, Sharps, Red w/ Clear Top, 2.2QT, Kendall, 1522SA, 60EA/CS
0.00
374
Kendall 2132-2841 Eye Pad, Curity, Kendall, 2132-2841, 50EA/BX, 12BX/CS
0.00
375
Kendall 2236 Gauze Roll, Conforming, Sterile, 4"x4.1Yds, Kendall, 2236, 12/BX
0.00
376
Kendall 5110Alcohol Prep Pad, Sterile, 2-Ply, Large, Kendall, 5110, 200/BX, 4000/CS
0.00
377
Kendall 6017 Telfa Adhesive Pad 2"x3", Kendall, 6017, 100/BX
0.00
378
Kendall 6715 Gauze Roll, Kerlix, 4.5"x4.1Yds, Sterile, Kendall, 6715, 100/CS
0.00
379
Kendall 442214Gauze Sponge, Dermacea, Sterile, 4"x4", 12-Ply, 10 per tray, Kendall, 442214, 1280/CS
0.00
380
Kendall 8939 Chemo Container w/Lid, 18Gallon, Kendall 8939, 5/CS
0.00
381
Kendall 1180127012Syringe, Tuberculin, 1cc, 27Gx11/2", Kendall, 1180127012, 100/BX
0.00
382
Kendall 1180325058 Syringe, 3cc, 25Gx5/8", Kendall, 1180325058, 100/BX
0.00
383
Kendall 1180325100 Syringe, 3cc, 25Gx1", Kendall, 1180325100, 100/BX
0.00
384
Kendall 8881511110Syringe, Insulin, Safety, 1cc, 29Gx1/2", Kendall, 8881511110, 100/BX
0.00
385
Kendall 8881511201Syringe, Safety, Tuberculin,1cc, 28Gx1/2", Kendall, 8881511201, 500/CS
0.00
386
Kendall 8881601101 Syringe, Insulin, 1cc, 28Gx1/2", Kendall, 8881601101, 100/BX
0.00
387
Kendall 8881602018Lancet, Sterile, 3.2mm puncture depth, 21gauge, Blue, Kendall, 8881602018, 200/BX, 5000/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 73
388
Kendall 8881676285Sharps Collection Container, 8Quart, Chimney Top, Red, Kendall, 8881676285, 20/CS
0.00
389
Kendall 8884221000Probe Covers, Unique to Filac F-1500, Kendall, 8884221000, 500/BX
0.00
390
Kendall 504000
Thermometer, Digital Filac, F-3000 with Oral Probe, Kendall, 1EA (replacement to discontinued F-1500 model) 0.00
391
Kendall 202020Probe Covers, Unique to Filac F-3000, Kendall, 8884221000, 500/BX
0.00
392
Kendall 8881302015
Blood Collection Tube, Serum Separator, 16mmx100mm, 9ml Draw, Glass, Kendall, 8881302015, 100/BX 0.00
393
Kendall 8881302106
Blood Collection Tube, Serum Separator, 13mmx100mm, 6ml Draw, Glass, Kendall, 8881302106, 100/BX 0.00
394
Kendall 8881311446
Blood Collection Tube, Lavender Top, EDTA Additive, 13mmx75mm, 5ml draw, Glass, Kendall, 8881311446, 100/BX 0.00
395
Kendall 8881301512
Blood Collection Tube, Red Top, No additive, 13mmx100mm, 7ml draw, Glass, Kendall, 8881301512,100/BX 0.00
396
Kendall 1903
Gauze Sponge, Curity, 3x3, 12-Ply Sterile, 2 pads per pack, Kendall, 1903, 50/TRAY, 2400/CS 0.00
397
Kendall 2600 Prepping Ball, Curity, Medium, Kendall, 2600, 500/BX, 4000/CS
0.00
398
Kendall 7772Gauze Sponge, Curex , Sterile, 4x4, 8-Ply, Kendall, 7772, 1200/CS
0.00
399
Kendall 8881501210 Syringe, Insulin, 1cc, 28Gx1/2", Kendall, 8881501210, 500/CS
0.00
400
KENDALL 2247 Bandage, Conform 4", Ns, Kendall, 2247, 12/Ct
0.00
401
KENDALL 8509SA Sharps Container, Disposable, 5 Qt, Kendall, 8509Sa, 20/Cs
0.00
402
KENDALL 8900SA Sharps Disp, Sage, 1Qt, Kendall, 8900Sa, Ea
0.00
403
KENDALL 8970 Sharps Disp, Sage, 2 Gal, Kendall, 8970, Ea
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 74
404
KENDALL 8509SA Sharps Disp, Sage 5 Qt, Kendall, 8509Sa, Ea
0.00
405
KENDALL 8556-H Sharps Disp, Sage, In Room, Kendall, 8556-H, Ea
0.00
406
KENDALL 500-1000-600 Cups, Specimen, 4 1/2 Oz, Ns, Kendall, 500-1000-600, Cs
0.00
407
KENDALL 6818 Alcohol Prep Pads, Webcol, Kendall, 6818, Bx
0.00
408
Kimberly Clark 21400Tissue, Facial, White, Kimberly Clark, 21400, 100EA/BX, 36BX/CS
0.00
409
KIMBERLY CLARK 34155KIM WIPES, KIMBERLY CLARK, 34155,1 CT / BX, 60 BX / CS
0.00
410
Kimberly Clark 96124 Isolation Gown, Yellow, Kimberly Clark, 69124, 10/BX
0.00
411
Laerdal Medical Corp. 50010Resuscitator, Baby Anne, Four Pack of Mannequins, Laerdal Medical Corp., 50010, 1EA/BX
0.00
412
Laerdal Medical Corp. 820011Mask, Pocket w/ One Way Valve Filter, Yellow, Laerdal Medical Corp., 820011, EA
0.00
413
LifeScan 020-244Test Strip, Blood Glucose, One Touch, Monitoring, LifeScan, 020-244, 50EA/BX, 24BX/CS
0.00
414
MABIS 123-610-000 Thermometer, Digital, Mabis Healthcare, 123-610-000, Ea
0.00
415
MABIS 123-618-000 Thermometer Probe Covers, Digital, Mabis,123-618-000,Bx
0.00
416
MABIS 4109 Tourniquet, 1In, S/P, Disp, Latex, Mabis, 04109, Ct
0.00
417
MABIS HEALTHCARE 39-902-000 Safety Pins, Sz Med, Mabis Healthcare, 39-902-000
0.00
418
Mabis Healthcare Inc 15-633-000Probe Cover, for Oral Thermometer, Mabis Healthcare Inc, 15-633-000, 50EA/BX
0.00
419
MAJOR PHARMACEUTICALS, INC.
115923CALAMINE LOT, MAJOR PHARMACEUTICALS, INC., 115923,48EA/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 75
420
MALLCKRODT P-000725-00 Renaissance Ii Spiro Kit , Mallinckrodt, P-000725-00, Ea
0.00
421
Mark Of Fitness MF-1
Thermometer, Digital, Fahrenheit, Beeper, Mark Of Fitness, MF-1, 12EA/BX, 12BX/CS 0.00
422
Maxxim Medical 484003
Glove Exam, Non-Latex, PVC, Powdered, Large, Maxxim Medical, 484003, 100EA/BX, 10BX/CS 0.00
423
Maxxim Medical 6901-CVP019Tray, Surgical, Custom, Open Heart, Maxxim Medical, 6901-CVP019, 1EA/CS
0.00
424
Maxxim Medical MC010AStand Cover, Mayo, Reinforced, Maxxim Medical, MC010A, 50EA/CS
0.00
425
MEDEGEN MEDICAL PRODUCTS 4093
Irrigation Tray With 60Cc ,Graduated, Medegen Medical Products, 4093
0.00
426
Medegen Medical Products - Vollrath 40
Basin, Wash, Round, Blue, Autoclave, 3-7/8" X 12-3/8"DIA X 3-3/8", Medegen Medical Products - Vollrath, 40, 12EA/CS 0.00
427
Medegen Medical Products - Vollrath 63
Basin, Emesis, 9", Autoclave, 500CC, Powder Clue, Medegen Medical Products - Vollrath, 63, 24EA/CS 0.00
428
Medegen Medical Products - Vollrath H362-05
Basin, Wash, Rectangular, 7-1/2QT, 6.6L, Medegen Medical Products - Vollrath, H362-05, 50EA/CS 0.00
429
Medexco Supply Co MMM2206Stethoscope, Classic S.E. Carib Blue, 28", Littman, Medexco Supply Co, MMM2206, EA
0.00
430
MEDICAL ACTION INDUSTRIES NON02850
BAG WATER SOLUBLE 36X39 25", MEDICAL ACTION INDUSTRIES, NON02850,25EA/BX, 4BX/CS 0.00
431
Medical Action Industries 50-20Patient Bag Set w/draw string, Medical Action Industries, 5020, 250/CS
0.00
432
Medical Action Industries 50-21Personal belongings bag, 20x22", White, Medical Action, 5021, 250/CS
0.00
433
Medical Action Industries 2410Biohazard Bag, 24"x23", Red , Medical Action Industries, 2410, 1000/CS
0.00
434
Medical Action Industries 8704Sharps Collection Container, 2Gallon, Red, Medical Action Industries, 8704, 24/CS
0.00
435
Medical Action Industries 8705Sharps Collection Container, 8 Gallon, Red, Medical Action Industries, 8705, 10/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 76
436
Medique Products 734M1Cabinet, Filled, 4 Shelf, Medi-First Tablets, Medique Products, 734M1, EA
0.00
437
MEDIQUE PRODUCTS 73501B/G Travel Kit/Medique, Custom Ds, Medique, 73501B/G, Ea
0.00
438
Medline Industries DYND-30335
Cup, Specimen, Polypropylene, 4OZ, Non-Sterile, Green on Lid, Medline Industries, DYND-30335, 500EA/CS 0.00
439
Medline Industries NON27236
Gown, Isolation, Elastic Cuff, Spunbound, Large, Yellow, Medline Industries, NON27236, 50EA/CS 0.00
440
MEDLINE INDUSTRIES 80301BASIN RECTANGL WASH, MEDLINE INDUSTRIES, 80301,50EA/CS
0.00
441
MEDOVATIONS INC 1217-10 Nasogastric Tube 10Fr, Medovations Inc, 1217-10, Ea
0.00
442
Metrex 10-1624Gel, Antiseptic, Hand wash, No Rinse, 4OZ, Flip Top, Metrex, 10-1624, 24EA/CS
0.00
443
Metrex 4397-MX-1510Wipe, Skin, Antimicrobial, 5" X 7", Metrex, 4397-MX-1510, 50EA/BX, 10BX/CS
0.00
444
MICROFLEX MPF105-L/48216 LRG
LATEX EXAM GLV PWDR FREE LRG, MICROFLEX, MPF105-L/48216 LRG,100EA/BX, 10BX/CS 0.00
445
MICROFLEX MPF105-M/48215 MED
LATEX EXAM GLV PWDR FREE MED, MICROFLEX, MPF105-M/48215 MED,100EA/BX, 10BX/CS 0.00
446
MICROFLEX MP100-M/35114 MED
LATEX EXAM GLOVES MED, MICROFLEX, MP100-M/35114 MED,100EA/BX, 10BX/CS
0.00
447
MICROFLEX MP100-L/35115 LG
LATEX EXAM GLOVES LRG, MICROFLEX, MP100-L/35115 LG,100EA/BX, 10BX/CS
0.00
448
MICROFLEX MP100-S/35201 SM
LATEX EXAM GLOVES SML, MICROFLEX, MP100-S/35201 SM,100EA/BX, 10BX/CS
0.00
449
MICROFLEX MPF105-S/48214 SM
LATEX EXAM GLV PWDR FREE SML, MICROFLEX, MPF105-S/48214 SM,100EA/BX, 10BX/CS 0.00
450
MICROFLEX MF300 LRG Gloves, Diamond Grip Pf Lg, Microflex, Mf300 Lg, 100/Bx
0.00
451
MICROFLEX MF300 MED Gloves, Diamond Grip Pf Med, Microflex, Mf300 Med 100/Bx
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 77
452
MICROFLEX MF300 XLG Gloves, Diamond Grip Pf Med, Microflex, Mf300 Xlg, 100/Bx
0.00
453
MICROFLEX DGP-350-L Gloves, Diamond Grip Plus Pf Lg, Microflex, Dgp-350-L, Bx/100
0.00
454
MICROFLEX DGP-350-MGloves, Diamond Grip Plus Pf Med, Microflex, Dgp-350-M, Bx/100
0.00
455
MICROFLEX DGP-350-XLGloves, Diamond Grip Plus Pf Xlg, Microflex, Dgp-350-Xl, Bx/100
0.00
456
MILTEX INSTRUMENT 9-40-22 Orthodontic Wire, 22G, 1 Oz, Miltex Instrument, 9-40-22, Ea
0.00
457
MILTEX INSTRUMENT 4-111 Surgical Blade,#11, Miltex Instruments, 4-111,100/Bx
0.00
458
MILTEX INSTRUMENT 4-115 Surgical Blade,#15,Miltex Instruments,4-115,100/Bx
0.00
459
Miltex Instrument Co 33-36Punch, Biopsy, Disposable, 6MM, Miltex Instrument Co, 33-36, 50EA/BX
0.00
460
Miltex Instrument Co 426-26330Separating Disk I, 7/8, Flat Double, Miltex Instrument Co, 426-26330, 100EA/BX
0.00
461
Miltex Instrument Co 9D-135Scissor, Wire Cutting, 4-1/4" (10.8CM), Curved, Miltex Instrument Co, 9D-135, 1EA/BX
0.00
462
Miltex Instrument Co BL120Forceps, Dressing, Serrated, 5", Miltex Instrument Co, BL120, 12EA/BX
0.00
463
Miltex Instrument Co BL130 Forceps, Splinter, 3.5", Miltex Instrument Co, BL130, 12EA/BX
0.00
464
Miltex Instrument Co BL132 Forceps, Splinter, 4.5", Miltex Instrument Co, BL132, 12EA/BX
0.00
465
Miltex Instrument Co BL200Forceps, Halstead, 5", Straight, Miltex Instrument Co, BL200, 12EA/BX
0.00
466
Miltex Instrument Co V95-504SSScissor, Lister, 5.5", Miltex Instrument Co, V95-504SS, 1EA/BX
0.00
467
Molnlycke Health Care 265324
Dressing, Composite, Adhesive Film, 4" X 4" All Dress, Molnlycke Health Care, 265324, 10EA/BX, 10BX/CS 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 78
468
Molnlycke Health Care 265346
Dressing, Composite, Adhesive Film, 6" X 6", Molnlycke Health Care, 265346, 10EA/BX, 10BX/CS 0.00
469
Nellcor/Puritan Bennett 6DICInner Cannula, Disposable, Size 6, Nellcor/Puritan Bennett, 6DIC, 10EA/BX
0.00
470
NERL Diagnostics Inc B3158-1Saline Blood Bank, 1 X 20 Liter, NERL Diagnostics Inc, B3158-1, EA
0.00
471
Nestle Clinical Nutrition 9871616091
Diet, Elemental, Isotonic, Liquid, Pep amen, 1500ML, Nestle Clinical Nutrition, 9871616091, 1500ML/BG, 4BG/CS 0.00
472
NutraMax 10701570
Bandage, Adhesive, Flexible, Latex Free, X-Large, 2" X 4-1/2", NutraMax, 10701570, 50EA/BX, 24BX/CS 0.00
473
NutraMax 9111-000 First Aid Kit, Plastic, Basic, NutraMax, 9111-000, 12EA/CS
0.00
474
OPTI-KLENS OPTIKLENS Eye Wash, Opti-Klens, Opti-Klens, Ea
0.00
475
PACIFIC MANAGEMENT CRV-13Vials, Rx, 13Dr, Child Proof, Pacific Management, Crv-13, 250/Cs
0.00
476
PACIFIC MANAGEMENT CRV-16Vials, Rx, 16Dr, Child Proof, Pacific Management, Crv-16, 200/Cs
0.00
477
PACIFIC MANAGEMENT CRV-20Vials, Rx,20Dr, Child Proof, Pacific Management, Crv-20, 150/Cs
0.00
478
PACIFIC MANAGEMENT CRV-30Vials, Rx, 30Dr, Child Proof, Pacific Management, Crv-30, 120/Cs
0.00
479
PACIFIC MANAGEMENT CRV-40Vials, Rx, 40Dr, Child Proof, Pacific Management, Crv-40, 250/Cs
0.00
480
PACIFIC MANAGEMENT CRV-60Vials, Rx, 60Dr, Child Proof, Pacific Management, Crv-60, 60/Cs
0.00
481
PACIFIC MANAGEMENT Vials, Rx, 8Dr, Child Proof, Pacific Management, Crv-08, 380/Cs
0.00
482
PALCO PCL300 Pulse Oximeter, Sensor, Palco Laboratories, Pcl300, Ea /Bx
0.00
483
Palco Laboratories 010-300 Oximeter, Hand-Held, Palco Laboratories, 010-300, EA
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 79
484
Palmero Health Care 60DISTowelette, Disinfectant, ORM, Palmero Health Care, 60DIS, 60EA/BX, 12BX/CS
0.00
485
PARKER LABS 4001-32GFULTRASOUND GEL 1-LIT, PARKER LABS, 4001-32GF,6EA/BX, 2BX/CS
0.00
486
PECHINEY PLASTIC PACKAGING PM992 Parafilm, 2"X250', Pechiney
Plastic Packaging, Pm992, Bx 0.00
487
PELSTAR 155ND-41 Scale, Professional Dial, Pelstar, 155Nd-41, Ea
0.00
488
Medical Devices International 70-150
Mask, Microshield CPR Original, Orange Pouch, Medical Devices International, 70-150, 10EA/BX, 5BX/CS 0.00
489
Polar Plastics 30500
Cup, Alpha, Clear, Disposable, Polypropylene, 5OZ, Polar Plastics, 30500, 50EA/PK, 50PK/CS 0.00
490
POST MEDICAL, INC. 2201LPBW
SHARPS CONTAINER 1.5GL2201LPBW, POST MEDICAL, INC., 2201LPBW,22EA/CS 0.00
491
PRECISION DYNAMICS CORP 45006-15-MPN
Arm board, Infant, 2X6" Reusable, Precision Dynamics Corp, 45006-15-Mpn
0.00
492
Premier 9308W Slides, adhesive, 25mm x 75mm, Premier, 9308W, 72/BX
0.00
493
Principle Business Enterprises 5007
Slipper, Original, Foam, X-Large, Non-Skid Soles, Latex Free, Principle Business Enterprises, 5007, 72PR/CS 0.00
494
Professional Disposables Q35372
Wipe, Hand Cleaner, Antimicrobial, Regular, 6" X 7-1/2", Professional Disposables, Q35372, 135EA/BX, 12BX/CS 0.00
495
PROFESSIONAL DISPOSABLES Q08472
SANI-CLOTH HB TUB/160, PROFESSIONAL DISPOSABLES, Q08472,160EA/BX,12BX/CS 0.00
496
PROFESSIONAL HEALTH Q89072Sani Cloth Plus Germ Wipe Large, Professional Disp, Q89072, Ct
0.00
497
PROFFESSIONAL DISPOSABLES J15095
Wipe, Personal Cleansing Washcloth, Professional Disposables, J15095
0.00
498
PROMAR INDUSTRIES, INC. 5816MRE
PEN LIGHT-DIAGNOSTIC-DISP, PROMAR INDUSTRIES, INC., 5816MRE,6EA/BX, 60BX/CS 0.00
499
Propper 265102 Indicator Strip, Steam, Small Strip, Propper, 265102, 250/BX
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 80
500
PROPPER 24015 Autoclave Pouch, 5X15, Propper, 24015, 250/Bx
0.00
501
PROPPER 24014 Autoclave Pouch, 8X16, Propper, 24014.125/Bx
0.00
502
PURDUE FREDERICK CO 2100-87BETADINE SOL, PURDUE FREDERICK CO, 2100-87,12EA/CS
0.00
503
PURITAN MEDICAL PROD CO LLC 258062WCAL
APPLICATOR COTTON TIP 6WOOD, PURITAN MEDICAL PROD CO LLC, 258062WCAL,100EA/BX, 10BX/CS 0.00
504
PURITAN MEDICAL PROD CO LLC 25-705-ALL
BLADE TONGUE 6IN STERILE SENIOR, PURITAN MEDICAL PROD CO LLC, 25-705-ALL,100EA/BX, 10BX/CS 0.00
505
PURITAN MEDICAL PROD CO LLC 704ALL
BLADE TONGUE 6 SENIOR N/S, PURITAN MEDICAL PROD CO LLC, 704ALL,500EA/BX, 10BX/CS 0.00
506
QUALITY SCIENTIFIC PLASTICS A20041ALG
Tube, Culture, 12X75Mm, Ps, Quality Scientific Plastics, A20041Alg, 1000/Cs
0.00
507
Regent Medical 0575-16Cleanser, Skin, Hibiclens, 16OZ, Chlorhexidine, Regent Medical, 0575-16, 12EA/CS
0.00
508
Retractable Technologies, Inc. 10131
Syringe, 1CC, 27G X 1/2", Tuberculin, Vanish point, Retractable Technologies, Inc., 10131, 100EA/BX, 8BX/CS 0.00
509
Retractable Technologies, Inc. 10211
Syringe, 1CC, 29G X 1/2", Insulin, Vanish point, Retractable Technologies, Inc., 10211, 100EA/BX, 8BX/CS 0.00
510
Roche 553 Test Strips, Comfort Curve, Roche, 373, 50/BX
0.00
511
Roche 200743Test Strips, ChemStrip 2GP Urinalysis, Roche, 200743, 100/BX
0.00
512
Roche 417109Test Strips, ChemStrip 9 Urinalysis, Roche, 417109, 100/BX
0.00
513
Roche 417145Test Strips, ChemStrip 10 Urinalysis, Roche, 417145, 100/BOX
0.00
514
Rondex Products, Inc 3030-MOOREValve, CPR, Safety, Latex Free, Standard, Rondex Products, Inc, 3030-MOORE, EA
0.00
515
Ross Product Division 50460Supplement, Ensure, Diet, Vanilla, Ross Product Division, 50460, 24EA/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 81
516
Safetec Of America, Inc. 17100Kit, Universal, Precaution, Polybag Container, Safetec Of America, Inc., 17100, 24EA/CS
0.00
517
Safetec Of America, Inc. 17350Cleaner, Hand Sanitizer, Flip-Top Bottle, 4OZ, Safetec Of America, Inc., 17350, 24EA/CS
0.00
518
Safetec Of America, Inc. 34105
Disinfectant, Fungicidal, Antibacterial Deodorant, Safetec Of America, Inc., 34105, 16OZ/EA, 12EA/CS 0.00
519
Safetec Of America, Inc. 34400
Wipe, Antimicrobial, w/ Aloe Vera & PCMX, Safetec Of America, Inc., 34400, 100EA/BX, 10BX/CS 0.00
520
Sage Products Inc. BS0480-1
Glove, Safety, Latex, X-Large, 15ML at Fingertips, Sage Products Inc., BS0480-1, 50EA/BX, 20BX/CS 0.00
521
SHAMROCK MARKETING CO, INC 16013
Gloves, Action, Latex, Pf, Lg, Shamrock Marketing Co., Inc, 16013, Cs/100
0.00
522
SHAMROCK MARKETING CO, INC 16012
Glove, Action, Latex, Pf, Med, Shamrock Marketing Co, Inc, 16012, Cs/100
0.00
523
SHAMROCK MARKETING CO, INC 16011
Glove, Action, Latex, Pf, Small, Shamrock Marketing Co, Inc, 16011, Cs/100
0.00
524
SHAMROCK MARKETING CO, INC 16014
Glove, Action, Latex, Pf, Xlg, Shamrock Marketing Co, Inc, 16014, Cs/100
0.00
525
SHAMROCK MARKETING CO, INC 11113 Gloves, Econ, Latex Pwd Lg,
Shamrock, Bx 0.00
526
SHAMROCK MARKETING CO, INC 11112 Gloves, Econ, Latex Pwd Med,
Shamrock, Bx 0.00
527
SHAMROCK MARKETING CO, INC 11111 Gloves, Econ, Latex Pwd Small,
Shamrock, Bx 0.00
528
SHAMROCK MARKETING CO, INC 11114 Gloves, Econ, Latex Pwd Xlg,
Shamrock, Bx 0.00
529
Sherwood 207026
Cup, Specimen, Packaged Individually, Sterile, Green Cap, 4OZ, Sherwood, 207026, 100EA/CS 0.00
530
Sherwood 207034
Cup, Specimen, Bulk, Non-Sterile, White Cap, 4OZ, Sherwood, 207034, 50EA/BX, 10BX/CS 0.00
531
Sherwood 221000Probe Cover, First FILAC F1500, Sherwood, 221000, 20EA/PK, 25PK/BX, 10BX/CS
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 82
532
Sherwood 810055
Probe Cover, Disposable, Single Use, w/ First Temp & Genius Thermometer, Sherwood, 810055, 100EA/BX, 20BX/CS 0.00
533
Skil-Care Corp 102010 Bag, Holder, Urinary, Drainage, Skil-Care Corp, 102010, 1EA/BX
0.00
534
SMITH & NEPHEW 4210 Dressing, Hypafix Sheet, 4 X 10 Yd, Smith & Nephew, 4210, Bx
0.00
535
SMITH & NEPHEW 5941-402300Unisolve Adhesive Remover Pad, Smith & Nephew, 5941-402300, Bx
0.00
536
SOLON 320-00TONGUE DEPRESSOR SEN, SOLON, 320-00,500EA/BX, 10BX/CS
0.00
537
SOLON 362 Applicator, 6", N/S, Solon, 362, 1000/Bx
0.00
538
SOLON 368 Applicator, 6", Sterile, 2'S, Solon, 368, 100 2'S/Bx
0.00
539
SOLON 376 Applicator, 8", Ob/Gyn, Solon, 376, 500/Cs
0.00
540
SOLON 35900 Applicator Dowels, Wooden, 6", Solon, 35900, 1000/Bx
0.00
541
SOLON 36215 Applicators, Cotton Tip, 6", N/S, Solon, 36215, 100/Bx
0.00
542
SOLON 300-00 Tongue Depressor, Jr, Solon, 500/Bx
0.00
543
SOLON 369 Tongue Depressor, Sr, Solon, 369, 100/Bx
0.00
544
STAYFREE 146-7125STAYFREE MAXI PAD BG, STAYFREE, 146-7125,24EA/BX, 12BX/CS
0.00
545
STRYKER MEDICAL 6092 Stryker Ez Pro, R4, Stryker Medical, 6092, Ea
0.00
546
STRYKER MEDICAL 6082 Stryker 6082, Ea
0.00
547
STUART PHARM 0575-91 Soap, Hibiclens, Liquid, Stuart Pharm, 0575-91, Bx
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 83
548
Sultan Chemists 72010 Kit, Versa Temp, 4 Shades, Gun, Sultan Chemists, 72010, EA
0.00
549
Sultan Chemists 95029Lysol, Disinfectant, IC, 19OZ, Acc-U-Sol, Sultan Chemists, 95029, 12EA/CS
0.00
550
Sunrise Medical HHG, Inc 4650D-621Kit, Accessory for DeVilbiss Pulmo-Aide, Sunrise Medical HHG, Inc, 4650D-621, 50EA/CS
0.00
551
Sunrise Medical HHG, Inc 5650DNebulizer, Compressor, Aerosol, 10ML Nebulizer Filter, Sunrise Medical HHG, Inc, 5650D, EA
0.00
552
SUURETEMP 01679-400 Thermometer, Sure Temp Electronic, 01679-400, Ea
0.00
553
Sweet Paper 54039Cup, Paper, Wax, 3OZ, Sweet Paper, 54039, 100EA/BG, 50BG/CS
0.00
554
TEC LABORATORIES INC CALA-6 CalaGel Medicated, Tec Laboratories Inc, Cala-6, Oz
0.00
555
Tech Med Services Inc. 4415Envelope, Pill, Imprinted, 3" X 2", Tech Med Services Inc., 4415, 1000EA/BX
0.00
556
TECH MED SERVICES INC. 3050
TRAUMA DRESSING 3050 HP, TECH MED SERVICES INC., 3050,25EA/CS
0.00
557
TECHNICALITY INC DYKD1STAID25First Aid Kit, 25 People, Technicality, Inc, Dykd1Staid25, Ea
0.00
558
Terumo Corporation 6293-NN2038R
Needle, 20G X 1-1/2", Ultra-Think Wall, Terumo Corporation, 6293-NN2038R, 100EA/BX, 10BX/CS 0.00
559
Terumo Corporation SROX2032CA
IV Catheter, Teflon, SurFlo, 20G X 1-1/4", Terumo Corporation, SROX2032CA, 50EA/BX, 4BX/CS 0.00
560
TERUMO CORPORATION MN2000T Multi Sampler Adapter, Terumo Corporation, Mn2000T, Bx
0.00
561
TERUMO CORPORATION MN*SVS23B30 Syringe,Surshield,23Gx3/4 12",Tb,Terumo,Mn*Svs23B30,Bx
0.00
562
TERUMO CORPORATION SS10M2913 Syringe, Insulin, 29G, 1Cc, Terumo, Ss10M2913, Bx
0.00
563
TILLOTSON 4910/03-2542 Bandage, Triangle, Tillotson , 4910/03-2542, Ea
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 84
564
TRIAD DISPOSABLES 1169416 Antiseptic Towelettes, Triad Disposables, Inc, 1169416, Bx
0.00
565
TRIAD DISPOSABLES 402772 Alcohol Prep Pad, Large, Triad, 402772, Bx
0.00
566
Triad Disposables, Inc. 10-5201
Towelette, Antiseptic, Disposable, No Alcohol, Triad Disposables, Inc., 10-5201, 100EA/BX, 10BX/CS 0.00
567
Triad Disposables, Inc. 10-3001BPad, Isopropyl, Sterile, Medium, Triad Disposables, Inc., 10-3001B, 200EA/BX, 10BX/CS
0.00
568
TRIAD DISPOSABLES, INC. 402407
ALCOHOL PREP PDS MD 10-3001ORM, TRIAD DISPOSABLES, INC., 402407,200EA/BX, 20BX/CS 0.00
569
Troy 220099Swab, Culture, Liquid, Stuart Single, Troy, 220099, 50EA/BX, 10BX/CS
0.00
570
U.S. Cotton, LLC 79210500Cotton Ball, Medium, Sterile, U.S. Cotton, LLC, 79210500, 500EA/BX, 12BX/CS
0.00
571
UNISOURCE KC03076 Kleenex Facial Tissue White, Unisource, Kc03076, Cs
0.00
572
Unisource - Windsor- Supplier-Inv KC21340-80
Tissue, Facial, 2Ply, Surpass, Unisource - Windsor- Supplier-Inventory, KC21340-80, 100EA/BX, 30BX/CS 0.00
573
United Metal Fabricators, Inc. 5140
Table, Exam, w/ Pelvic Tilt, One Touch Stirrups, United Metal Fabricators, Inc., 5140, EA
0.00
574
United Metal Fabricators, Inc. 6117
Cabinet, Treatment, w/ Lock, 32"W X 65"H X 16-1/4"D, United Metal Fabricators, Inc., 6117, EA
0.00
575
United Metal Fabricators, Inc. 6204
Cabinet, Mobile Treatment, w/ Four Drawers, United Metal Fabricators, Inc., 6204, EA
0.00
576
United Metal Fabricators, Inc. 6620
Cart, EKG, w/ 5 Turn Wheel, Casters, 2 Drawers, United Metal Fabricators, Inc., 6620, EA
0.00
577
United Metal Fabricators, Inc. 8425
Triple Panel Screen, Individual Casters, United Metal Fabricators, Inc., 8425, EA
0.00
578
Universal Weavers Corporation MDT218242
Blanket, Bath, Economy, Unbleached, 70" X 90", Universal Weavers Corporation, MDT218242, 24EA/CS 0.00
579
Valumax International 3630LPL
Jacket, Extra Safe, Hip Light, Pink, Large, Valumax International, 3630LPL, 10EA/BG 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 85
580
Viro Research MX-1518Soap, Liquid, Antimicrobial, 18OZ, Bottle w/ Pump, Viro Research, MX-1518, 12EA/CS
0.00
581
Vital care 24-115200Specula, Vaginal, Plastic, Clear, Small, 24-115200, 10EA/BG, 10BG/CS
0.00
582
VOLLGRATH GROUP 5216-2602 Iv Start Kit With Tegaderm, Vollrath Group, 5216-2602, Ea
0.00
583
VOLLGRATH GROUP H21501 Pitcher Liner, 1Qt, Clear, Vollrath Group, H21501, Cs
0.00
584
Wampole Laboratories 84136Test Mono-Plus II, Cassette, Wampole Laboratories, 84136, 30EA/BX
0.00
585
Wampole Laboratories 135007Test, Strip, Strep A, Clearview, Cassette, Wampole Laboratories, 135007, 30EA/BX
0.00
586
Welch Allyn 05031-101
Probe Cover, Disposable, For Sure Temp Thermometer, Welch Allyn, 05031-101, 25EA/PK, 10PK/BX, 4BX/CS 0.00
587
Welch Allyn 42NTB-E1-M
Monitor, Vital Signs, Blood Pressure, Temperature, Mobile Stand, Welch Allyn, 42NTB-E1-M, EA 0.00
588
Welch Allyn 05074-800Probe Covers for Pro-1 Thermometer, Welch Allyn, 074800, 200/BX
0.00
589
WELCH ALLYN 72200 Battery, 3.5V Rechargeable, Welch Allyn, 72200, Ea
0.00
590
WELCH ALLYN 72300Battery, 3.5V Rechargeable, Audiscope, Welch Allyn, 72300, Ea
0.00
591
WELCH ALLYN 7800 Bulb, Halogen Lamp 6, Welch Allyn, 7800, Ea
0.00
592
WELCH ALLYN 6783-44500 Exam Light, Welch Allyn, 6783-44500, Ea/Bx
0.00
593
WELCH ALLYN 76793 Integrated Sys W/767 Trans , Welch Allyn, 76793, Ea
0.00
594
WELCH ALLYN 78810 Kleenspec Sys, Welch Allyn, 78810, Ea
0.00
595
WELCH ALLYN 11710 Ophthalmoscope Head, Welch Allyn, 11710, Ea
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 86
596
WELCH ALLYN 03100-U Otoscope Bulb, Welch Allyn, 03100-U, Ea
0.00
597
WELCH ALLYN PC800 Thermometer Probe Covers, Welch Allyn, Pc800, Cs
0.00
598
WELCH ALLYN 58000 Specula, Kleenspec, Small, Welch Allyn, 58000, Bx
0.00
599
WELCH ALLYN 52432Specula, Otoscope, 2.5,Disp,Welch Allyn, 52432, 10000/Cs
0.00
600
WELCH ALLYN 52434 Specula, Otoscope, 4Mm, Disp, Welch Allyn, 52434, 1000/Ct
0.00
601
WELCH ALLYN 58004 Speculum, Kleenspec, Lg, Welch Allyn, 58004, 20/Bx
0.00
602
WELCH ALLYN 58001 Speculum, Kleenspec, Med, Welch Allyn, 58001, 20/Bx
0.00
603
WELCH ALLYN 01679-200 Thermometer, Oral Probe, Welch Allyn, 01679-200, Ea
0.00
604
WELCH ALLYN 76710 Transformer Wall 3.2V W/O Clock, Welch Allyn, 76710, Ea
0.00
605
WELCH ALLYN Vital Sign Monitor, Welch Allyn, 4200B-E1, Ea
0.00
606
Winfield 8702Collector, Sharps, Red, 1 QT, 3.5"W X 3.5"D X 7"H, Winfield, 8702, 72EA/CS
0.00
Dental Supplies
Manufacturer Mfg SKU Description UoMDistribute
r SKU List priceDiscount off List
Price to State
1
3M ESPE 7542Composite Primer, Adper Scotchbond MP, 7542, 8ml
$0.00 30% 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 87
2
3M ESPE 116KBiological Monitor System, Attest, 116K, 1 complete system
$0.00 30% 0.00
3
3M ESPE 3411Composite Adhesive, 3m Adper Single bond Plus Refill, 3411, 6 Gram Bottle 0.00
4
3M ESPE 1262PBiological Monitor System, Attest Refill , 1262P, 25/Box
0.00
5
3M ESPE PDRP-ELR2 Crowns, Nichro ELR2, PDRP-ELR2, 5/Box
0.00
6
3M ESPE PDRP-ELR4 Crowns, Nichro ELR4, PDRP-ELR4, 5/Box
0.00
7
3M ESPE 1942FRMASKS, FLUID RESISTANT, ROSE, MOLDED, 3M ESPE, 1942FR, 50/BX 0.00
8
3M-CF PDRP-ELL3
Crown & Bridge Products, 3M Crowns Ss 2Nd Prim Mol, E-Ll-3, 3M-Cf, Pdrp-Ell3, 5/Bx 0.00
9
3M-CF ND96 Crown & Bridge Products, Crowns Nichro Starter, 3M-Cf, Nd96, 96/Bx 0.00
10
AHP DS-8011-00GLOVES, LATEX P/F TEXT N/S, SMALL, GLOVETEX, AHP, DS-8011-00, 100/BX 0.00
11
AHP DS-8012-00GLOVES, LATEX P/F TEXT N/S, MEDIUM, GLOVETEX, AHP, DS-8012-00, 100/BX 0.00
12
AHP DS-8013-00GLOVES, LATEX P/F TEXT N/S, LARGE, GLOVETEX, AHP, DS-8013-00, 100/BX 0.00
13
AIR TECHNIQUES 90800
X-RAY CHEMICALS, DEVELOPER & FIXER, QUARTS, PERI-PRO, AIR TECHNIQUES, 90800, 6/CS 0.00
14
AIR TECHNIQUES 40270
X-RAY CHEMICALS, DEVELOPER & FIXER, GALLONS, AIR TECHNIQUES, 90270, 4/CS 0.00
15
AIR TECHNIQUES 43945
X-RAY PROCESSOR CLEANER, FORMULA 2000, FOR TANK & TRANSPORT ROLLERS, HAZMAT FEE EXTRA, AIR TECHNIQUES, 43945, 2BTL/PK 0.00
16
Alpha Protec 608Face Mask, Magic Arch w/ Retention Band, Alpha Protec, 608, 50/Box 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 88
17
ANSELL 5761 Gloves, Micro-Touch Latex Glove, Large, Ansell, 5761, 100/Bx
0.00
18
ANSELL 5741 Gloves, Micro-Touch Latex Glove, Medium, Ansell, 5741, 100/Bx
0.00
19
ANSELL 5721 Gloves, Micro-Touch Latex Glove, Small, Ansell, 5721, 100/Bx
0.00
20
ANSELL PERRY 5006
GLOVES, LATEX P/F N/S, LARGE, MICRO-TOUCH PLUS, ANSELL PERRY, 5006, 100/BX 0.00
21
Benco Dental 2530-352Mix Tips, High Performance Teal, Benco Dental, 48/Box
0.00
22
Benco Dental 2403-481Hand piece High Speed, Hy-Torq 4-hole with Bur Tool, Benco Dental 0.00
23
Benco Dental 3247-747Toothbrush Adult Iris Straight, Benco Dental, 3247-747, 72/CS 0.00
24
Benco Dental 3247-765Toothbrush Adult, Iris Curved, Benco Dental, 3247-765, 72/CS
0.00
25
Benco Dental 207MLP-2NLab Work Pan. Neon Blue, Benco Dental, Each
0.00
26
BEST MANUFAC-TURING 6005PFL
GLOVES, NITRILE P/F N/S, LARGE,N-DEX, BEST MANUFACTURING, 6005PFL, 100/BX 0.00
27
Buffalo Mfg. 02701SArbor Bands, 3/4 in. Course, Buffalo, 02701S, 100/Box
0.00
28
BUTLER 872P Preventive Products, Go Betweens Cleaners, Butler, 872P, 36Pk/Bx 0.00
29
CAULK 610007-6 Cements - Liners - Bases, Ivory Complete Package, Caulk, 610007-6, Ea 0.00
30
CAULK 624055-6 Finishing & Polishing, Enhance Finishing Refill, Cups, Caulk, 624055-6, 40/Bx 0.00
31
CAULK 608522 Impression Materials & Access, Jeltrate Fast Set, 1Lb, Caulk, 608522, Each 0.00
32
CAULK 605602 Impression Materials & Access, Jeltrate Plus Fast Set, Caulk, 605602, 1Lb 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 89
33
CAULK 643300 Preventive Products, Fluroshield Standard Pack, Stand, Caulk, 643300, Ea 0.00
34
CAULK 685611 Restorative Materials, Dyract Flow Syringe Refill, A2, Caulk, 685611, Ea 0.00
35
CAULK 634352-6 Restorative Materials, Prime & Bond Refill Sq, 4.5 Ml, Caulk, 634352-6, 2/Bx 0.00
36
Caulk 656-2862Amalgam, Dispersalloy Capsule Fast Set, 600mg (2 spill), Caulk 656-2862, 50/Box 0.00
37
CLIVE 31526 Dental Hand Instruments, Tub Lid Clear Standard, Size S, Clive, 31526, Ea 0.00
38
CLIVE 31970 Dental Hand Instruments, Tub Standard Size S, Lilac, Clive, 31970, Ea 0.00
39
CLIVE CRAIG 31626
STERILIZATION POUCHES, PEELVUE, 3 1/4"X12", SELF SEAL, CLIVE CRAIG, 31626, 200/BX 0.00
40
COTTRELL DT-OOW
SETUP TRAYS, PROTRAY, DISPOSABLE WHITE, DIVIDED, COTTRELL, DT-OOW, 200/CS 0.00
41
COTTRELL PNS100
NEEDLE SHEATH, PROP, 2 1/2"X3 1/4", PROTECTOR, COTTRELL, PNS100, 100/BX 0.00
42
CRESNT C02-0200 Dental Small Equipment, Wig-L-Bug Model, C02-0200, Ea
0.00
43
CROSSTEX GCSSS
FACE SHIELD, FOAM HEADBAND, 13" W X 7.5" L, DISPOSABLE, CROSSTEX, GCSSS, 24/BX 0.00
44
CROSSTEX GCIBLMASKS, ISOFLUID, BLUE, EARLOOP, CROSSTEX, GCIBL, 50/BX 0.00
45
CROSSTEX GCIPKMASKS, ISOFLUID, PINK, EARLOOP, CROSSTEX, GCIPK, 50/BX 0.00
46
DASH LP100M
GLOVES, LATEX POWDER N/S, SMALL, LP EXAM, DASH, LP100S, 100/BX 0.00
47
DASH LP100S
GLOVES, LATEX POWDER N/S, MEDIUM, LP EXAM, DASH, LP100M, 100/BX 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 90
48
DASH NV100SGLOVES, VINYL P/F N/S, SMALL, NUVO, DASH, NV100S, 100/BX 0.00
49
DASH TPF100MGLOVES, LATEX P/F TEXT N/S, MEDIUM, MICROPRO, TPF100M, 100/BX 0.00
50
DASH TPF100XSGLOVES, LATEX P/F TEXT N/S, X-SMALL, MICROPRO, TPF100XS, 100/BX 0.00
51
DENTAL DISPO-SABLES INTL SNG-150
CHAIR COVER, SLIP-N-GRIP, 48"X56", DENTAL DISPOSABLES, SNG-150, 150/BX 0.00
52
DENTAL DISPO-SABLES INTL SS-500
SYRINGE SLEEVE, WITH OPENING, 2.5"X10", DENTAL DISPOSABLES, SS-500, 500/BX 0.00
53
DENTAL DISPO-SABLES INTL TLC-500
LIGHT SLEEVE, T-STYLE, CLEAR PLASTIC, DENTAL DISPOSABLES, TLC-500, 500/BX 0.00
54
Dentamerica 680A-110Curing Light, 680 Halogen, Dentamerica 680A-110, Each
0.00
55
Dentsply 81302Cavitron Select SPS Ultrasonic Scaler Unit, 30k, Dentsply, 81302, 1 Unit 0.00
56
Dentsply 130030Chlorhexidine Gluconate Rinse, 0.12%, Dentsply, 130030, 16oz Bottle 0.00
57
DENTSPLY PHARMA-CEUTICAL
54014
ANESTHETIC, CITANEST FORTE 4% W/ EPINEPHRINE, 1:200000, DENTSPLY PHARMACEUTICAL, 54014, 100/BX 0.00
58
DENTSPLY RINN 21-6021
X-RAY MOUNTS, EZ-VIEW POCKET MASKED, 2H #2, BLACK, DENTSPLY RINN, 21-6021, 100/BX 0.00
59
DENTSPLY RINN 54-0865
X-RAY POSITIONER, AIM RING, ANTERIOR BLUE, XCP/BAI, DENTSPLY RINN, 54-0865, EACH 0.00
60
DENTSPLY RINN 54-0900MOUTH PROPS, EZ PROP, DISPOSABLE, DENTSPLY RINN, 54-0900, 100/PK 0.00
61
DENTSPLY RINN 54-0927
X-RAY POSITIONER, BITEWING ARM, RED, XCP/BAI, DENTSPLY RINN, 54-0927, EACH 0.00
62
Dentsply 54-0857XCP/BAI Color Coded Arm Anterior, Blue, Dentsply, 54-0857, 1 Each 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 91
63
Dentsply 54-2001XCP/BAI Kit, Evolution 2000 XCP Kit, Dentsply, 54-2001, 1 Each 0.00
64
DNTEQU 80395 Dental Small Equipment, Cavitron 30K Sli-10S, Insert, 80395, Ea 0.00
65
DNTEQU 6374106 Dental Small Equipment, Cavitron Insert 30K, 30K-10, 6374106, Ea 0.00
66
DNTEQU 6374102 Dental Small Equipment, Cavitron Insert Tfi-3, 6374102, Ea 0.00
67
DNTEQU 26961 Preventive Products, Delton Direct, 26965, 26961, Ea
0.00
68
DNTEQU 2896 Preventive Products, Delton Plus Refill, 28965, 2896, 50/Bx
0.00
69
DUX 31990
Dental Hand Instruments, Tub Insert Style S Clear, Dux, 31990, Ea (replaces #1356734) 0.00
70
Eastman-Kodak 198-7627Panoramic Film, TMG RA5, 5x12,Eastman Kodak,198-7627,50/Box 0.00
71
Eastman-Kodak 867-5332PA Film, Insight IP-01 Poly, Size 0,Single Pack, Eastman Kodak, 867-5332, 100/Box 0.00
72
Eastman-Kodak 1163401X Ray Film, Insight IP-21 Poly Single #2, Eastman Kodak 1163401, 150/Box 0.00
73
Eastman-Kodak 122-8840X Ray Film, Df-54 Poly Single #0, Eastman Kodak 1228840, 150/Box 0.00
74
Eastman-Kodak 1273747X Ray Film, Df-56 Poly Single #1, Eastman Kodak 1273747, 150/Box 0.00
75
Eastman-Kodak 1539931X Ray Film, Insight IP-21C Poly Single #2, Eastman Kodak 1539931, 100/Box 0.00
76
Eastman-Kodak 1658194X Ray Film, Df-58 Poly Single #2, Eastman Kodak 1658194, 150/Box 0.00
77
Eastman-Kodak 1717131X Ray Film, Df-58C Poly Single #2, Eastman Kodak 1717131, 100/Box 0.00
78
Eastman-Kodak 1878297
Anesthetic, Cartridges 0.5% w/ Epinephrine 1:200k, Eastman Kodak 1878297, 50/Can 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 92
79
Eastman-Kodak 1990712X Ray Film Panoramic, XDBF-76 6x12, Eastman Kodak 1990712, 50/Box 0.00
80
Eastman-Kodak 1124981X Ray Film, Insight IP-11 Paper #1 Single, Eastman Kodak 1124981, 100/Box 0.00
81
Eastman-Kodak 1753664X Ray Film, Df-57 Poly Double #2, Eastman Kodak 1753664, 150/Box 0.00
82
HANDLR 67-9L Dental Lab Equipment, Auto-Chuck Attach Arbor, Left, Handle, 67-9L, Ea 0.00
83
HU-FRIEDY EXS23
INSTRUMENT, EXPLORER #23, SINGLE END, HU-FRIEDY, EXS23, EACH 0.00
84
J&J 2683STERILANTS, CIDEX PLUS 3.4% W/ACTIVATOR, J&J, 2683, 4QT/CS 0.00
85
J&J 2785STERILANTS, CIDEX PLUS 3.4% W/ACTIVATOR, J&J, 2683, 1 GALLON 0.00
86
J&J INSTRUMENTS 07-898
CROWN REMOVER, MORRELL W/ A-B-C TIPS, J&J INSTRUMENTS, 07-898, KIT 0.00
87
J&JDNT 9864
Preventive Products, Dental Floss Mint Wax 9864, 5Yd, 9864, 144/Bx (replaces #5552008) 0.00
88
J&JDNT 9667
Preventive Products, Reach Floss Clean Burst, B-Mint, 9667, 144/Bx (replaces #5550782) 0.00
89
JOHN O. BUTLER CO 217P
TOOTHBRUSH, GUM RAZZLE DAZZLE, JOHN O. BUTLER, 217P, 12/PK 0.00
90
Johnson and Johnson 612G
Suture, Plain Gut , 3-0 X-1 18", Johnson and Johnson, 612G, 12/Box 0.00
91
KAVO 0524.5250 Hand Pieces, 14K Straight Attachment, 14K 4:1, Kavo, 0524.5250, Ea 0.00
92
KAVO 0534.5330 Hand Pieces, Intra K Angle Attachment, 20K 1:1, Kavo, 0534.5330, Ea 0.00
93
Kerr 28421
Impression Material, Extrude MPV (Dark Green), 50ml Cartridge, Kerr 28421, 32/Box 0.00
94
Kerr 29946Amalgam, Tytin Regular Set Capsule, 400mg (1 spill), Kerr 29946, 500/Jar 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 93
95
Kerr 29949Amalgam, Tytin Regular Set Capsule, 600mg (2 spill), Kerr 29949, 500/Jar 0.00
96
Kerr 30768Amalgam, Sybraloy Fast Set Capsule, 600mg (2 spill), Kerr 30768, 500/Jar 0.00
97
Kerr 910070Curing Light, Optilux 501 Halogen, Kerr 910070, Each
0.00
98
Kerr 29948Amalgam, Tytin Capsule Regular Set, 600 mg (2 spill), Kerr 29948, 50/Box 0.00
99
Kerr 29967Amalgam, Contour Capsule Regular Set, 600 mg (2 spill), Kerr 29967, 500/Jar 0.00
100
KERR 28747
Crown & Bridge Products, Kerr Extruder Gun 50Ml, Cartridge, Kerr, 28747, Ea 0.00
101
KERR 27877 Impression Materials & Access, Extrude Putty, Kerr, 27877, Ea
0.00
102
KERR 20182 Restorative Materials, Herculite Enamel Refill, Univ, Kerr, 20182, 5Gm/Ea 0.00
103
KERR 29800 Restorative Materials, Herculite Enamel , A3.5, Kerr, 29800, 5Gm/Ea 0.00
104
KERR 29354 Restorative Materials, Prodigy Condensable Refill, B1, Kerr, 29354, 20/Bx 0.00
105
KERR 25898 Restorative Materials, Prodigy Syringe, A1, Kerr, 25898, 4Gm/Ea
0.00
106
KERR 31211 Restorative Materials, Prodigy Syringe, A2, Kerr, 31211, 4Gm/Ea
0.00
107
KERR 31212 Restorative Materials, Prodigy Syringe, A3, Kerr, 31212, 4Gm/Ea
0.00
108
KERR 31213 Restorative Materials, Prodigy Syringe, A3.5, Kerr, 31213, 4Gm/Ea
0.00
109
KERRCS 00432 Impression Materials & Access, Impression Compound Stick, Red, Kerr, 00432, 15/Bx 0.00
110
KIMBERLY CLARK 148
MASKS, EARLOOP PROCEDURE, BLUE, FLUIDSHIELD, KIMBERLY CLARK, 000148, 40/BX 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 94
111
KIMBERLY CLARK 69980
COVER GOWN, CONTROL, X-LARGE, BLUE, KIMBERLY CLARK, 69980, 10/PK 0.00
112
KIMBERLY CLARK 47107
MASKS, EARLOOP PROCEDURE, ORANGE, FLUIDSHIELD, KIMBERLY CLARK, 47107, 40/BX 0.00
113
KIMBERLY CLARK 53431
GLOVES, DENTAL P/F NITRILE N/S, SMALL, SAFESKIN, KIMBERLY CLARK, 53431, 100/BX 0.00
114
KIMBERLY CLARK 47295
MASKS, CARE-BEAR PROCEDURE, EARLOOP, KIMBERLY CLARK, 47295, 50/BX 0.00
115
METREX 60104DISINFECTANTS, CAVICIDE, GALLON, METREX, 060104, EACH 0.00
116
MICROFLEX CT-133-L
GLOVES, LATEX POWDER N/S, LARGE BLUE, COLOR TOUCH, MICROFLEX, CT-133-L, 100/BX 0.00
117
MICROFLEX CT-133-M
GLOVES, LATEX POWDER N/S, MEDIUM GREEN, COLOR TOUCH, MICROFLEX, CT-133-M, 100/BX 0.00
118
MICROFLEX CT-133-S
GLOVES, LATEX POWDER N/S, SMALL PINK, COLOR TOUCH, MICROFLEX, CT-133-S, 100/BX 0.00
119
MICROFLEX DGP-350-L
GLOVES, LATEX P/F TEXT N/S, LARGE, DIAMOND GRIP PLUS, MICROFLEX, DGP-350-L, 100/BX 0.00
120
MICROFLEX DGP-350-M
GLOVES, LATEX P/F TEXT N/S, MEDIUM, DIAMOND GRIP PLUS, MICROFLEX, DGP-350-M, 100/BX 0.00
121
MICROFLEX DGP-350-S
GLOVES, LATEX P/F TEXT N/S, SMALL, DIAMOND GRIP PLUS, MICROFLEX, DGP-350-S, 100/BX 0.00
122
MICROFLEX DGP-350-XS
GLOVES, LATEX P/F TEXT N/S, X-SMALL, DIAMOND GRIP PLUS, MICROFLEX, DGP-350-XS, 100/BX 0.00
123
MICROFLEX DGP-350-XL
GLOVES, LATEX P/F TEXT N/S, X-LARGE, DIAMOND GRIP PLUS, MICROFLEX, DGP-350-XL, 100/BX 0.00
124
MICROFLEX EV-2050-S
GLOVES, LATEX P/F TEXT N/S, SMALL, EVOLUTION ONE, MICROFLEX, EV-2050-S, 100/BX 0.00
125
MICROFLEX EV-2050-XS
GLOVES, LATEX P/F TEXT N/S, X-SMALL, EVOLUTION ONE, MICROFLEX, EV-2050-XS, 100/BX 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 95
126
MICROFLEX MF-300-M
GLOVES, LATEX P/F TEXT N/S, SMALL, DIAMOND GRIP, MICROFLEX, MF-300-S, 100/BX 0.00
127
MICROFLEX MF-300-S
GLOVES, LATEX P/F TEXT N/S, MEDIUM, DIAMOND GRIP, MICROFLEX, MF-300-M, 100/BX 0.00
128
MIDWEST DENTAL CORP 780014
Hand Pieces, Quiet-Air L Hp F/O W/Power, F/O, Midwest, 780014, Ea 0.00
129
MIDWEST DENTAL CORP 780045
Hand Pieces, Tradition L F/O Hp W/Power, Midwest, 780045, Ea
0.00
130
MIDWEST DENTAL CORP 790044
Hand Pieces, Tradition 4-Hole, Hi-Speed, Midwest, 790044, Ea
0.00
131
MIDWEST DENTAL CORP 790045
Hand Pieces, Tradition Fiber Op, 5-Hole, Midwest, 790045, Ea
0.00
132
MIDWEST DENTAL CORP 389105
CARBIDE BURS, RIGHT ANGLE, 4 ROUND, MIDWEST, 389105, 10/PK 0.00
133
MIDWEST DENTAL CORP 389259
CARBIDE BURS, FRICTION GRIP, 1557 STRAIGHT DOME CROSSCUT, MIDWEST, 389259, 10/PK 0.00
134
MILTEX DM303RA Finishing & Polishing, Mandrel Ra #303, Miltex, Dm303Ra, 12/Pk 0.00
135
NICEPK Q85084
Infection Control Products, Sani-Cloth Plus X-Lg, 8"X14", Q85084, 65/Pk (replaces #2672940) 0.00
136
ORALBL 75035355
Preventive Products, Advantage Plus Toothbrush, 40 Soft, 75035355, 12/Bx (replaces #3251428) 0.00
137
PALMERO SALES 10DIS
DISINFECTANTS, DISCIDE ULTRA, 10.5"X10.5" TOWELETTES, PALMERO, 10DIS, 60/PK 0.00
138
PALMERO SALES 1950SYRINGE COVERS, DISPOSABLE, PALMERO, 1950, 100/BX 0.00
139
PALMERO SALES 60DIS
DISINFECTANTS, DISCIDE ULTRA, 6"X6.75" TOWELETTES, PALMERO, 60DIS, 160/PK 0.00
140
PASCAL CO INC 11-390
FLOURIDE RINSE KIT, 60:60 IN-OFFICE CONCENTRATE, TROPICAL BLAST, 4 PART A & 1 PART B, PASCAL, 11-390, CS 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 96
141
PASCAL CO INC 26-110
INSTRUMENT, CORD PACKER, R11 SERRATED DOUBLE END, PASCAL, 26-110, EACH 0.00
142
PATTERSON 78009
CARBIDE BURS, FRICTION GRIP, SURGICAL, 702 CC TPR FISS, PATTERSON, 78009, 5/PK 0.00
143
PATTERSON 122210AUTOCLAVE FILM, 2" WIDE, STEAM ONLY, PATTERSON, 122210, 100'/BX 0.00
144
PATTERSON 143112
PROPHY ANGLES, DISPOSABLE, SOFT CUP GREY, PATTERSON, 085-0149, 125/BX 0.00
145
PATTERSON 05 21362
ULTRASONIC CLEANING SOLUTION, GENERAL PURPOSE, SUPER CONCENTRATE, PATTERSON, 090-3005, 16OZ BOTTLE 0.00
146
PATTERSON 083-8367
INSTRUMENT, AMALGAM CARRIER, STEEL DE MEDIUM/LARGE, PATTERSON, 083-8367, EACH 0.00
147
PATTERSON 084-9265X-RAY FILM, CD58, SIZE 2 PAPER, PATTERSON, 084-9265, 144/BX 0.00
148
PATTERSON 085-0503
CHAIR COVER SLEEVE, CLEAR PLASTIC, 24" LONG, PATTERSON, 085-0503, 225/BX 0.00
149
PATTERSON 085-0545
LIGHT HANDLE COVER, T-STYLE, 4"X5.75", CLEAR PLASTIC, PATTERSON, 085-0545, 500/BX 0.00
150
PATTERSON 085-0669
TRAY COVER SLEEVES, SIZE B, 10.5"X14", PATTERSON, 085-0669, 500/BX 0.00
151
PATTERSON 085-0768
UNIVERSAL COVER SHEETS, 4"X6", BLUE, PERFORATED ROLL, PATTERSON, 085-0768, 1200/BX 0.00
152
PATTERSON 085-1725GLOVES, VINYL P/F, SMALL, PATTERSON, 085-1725, 100/BX
0.00
153
PATTERSON 085-1733GLOVES, VINYL P/F, MEDIUM, PATTERSON, 085-1733, 100/BX 0.00
154
PATTERSON 085-1741GLOVES, VINYL P/F, LARGE, PATTERSON, 085-1741, 100/BX 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 97
155
PATTERSON 085-1808
HEAD REST COVER, 9.5"X11", CLEAR PLASTIC, PATTERSON, 085-1808, 250/PK 0.00
156
PATTERSON 088-6614
MATRIX BAND, TOFFLEMIRE, SIZE #1 .0015 GAUGE, PATTERSON, 088-6614, 12/PK 0.00
157
PATTERSON 089-4303
SURGICAL ASPIRATOR TIPS, REGULAR 1/8" TIP, WHITE, PATTERSON, 089-4303, 25/PK 0.00
158
PATTERSON 089-9641
SUTURES, 4-0 BLACK BRAIDED SILK 18", DS-18 3/8" CIRCLE REVERSE NEEDLE, CP66, PATTERSON, 089-9641, 12/BX 0.00
159
PATTERSON 089-9666
SUTURES, 3-0 BLACK BRAIDED SILK 18", DS-18 3/8" CIRCLE REVERSE NEEDLE, CP72, PATTERSON, 089-9666, 12/BX 0.00
160
PATTERSON 088-7687
INSTRUMENT, COTTON PLIER, COLLEGE 317, SERRATED, PATTERSON, 088-7687, EA 0.00
161
PATTERSON 10-0101XRAY FILM MOUNTS, GRAY CARDBOARD, 1H #2, PATTERSON, 10-0101, 100/PK 0.00
162
PATTERSON 10713MASKS, MOLDED SURGICAL CUP, BLUE, PATTERSON, 10713, 50/BX 0.00
163
PATTERSON 689265
ALGITEC ALGINATE, DUST-FREE, REGULAR SET, PATTERSON, 689265, 1 LB.CAN 0.00
164
PATTERSON 7000861
HVE ASPIRATOR TIPS, NON-SLOTTED ENDS, DISPOSABLE, PATTERSON, 089-4287, 50/BG 0.00
165
PATTERSON 78005
CARBIDE BURS, FRICTION GRIP, SURGICAL, 557 CC CYL FISS, PATTERSON, 78005, 5/PK 0.00
166
PATTERSON 083-8169
STERILIZATION POUCHES, BUR SIZE, 2 1/4"X4", SELF SEAL, PATTERSON, 083-8169, 200/BX 0.00
167
PATTERSON 917463
PATIENT BIBS, ECONOBACK TOWEL, BLUE, 2 PLY PAPER & 1 PLY POLY, PATTERSON, 917463, 500/CS 0.00
168
PATTERSON 9575930DENTURE BOX, BLUE, PATTERSON, 9575930, 12/PK
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 98
169
PATTERSON 19063
GLOVES, LATEX POWDERED N/S, SIZE 7 1/2, HAND SPECIFIC, PATTERSON, 19063, 50PR/BX 0.00
170
PATTERSON 05 21120
EVACUATION CLEANER, DEODORIZER, SUPER CONCENTRATED LIQUID, PATTERSON, 05 21120, 32OZ BOTTLE 0.00
171
PATTERSON 089-0376
ETCHING GEL, 40% PHOSPHORIC ACID, 4-5ML SYRINGE PACK W/ TIPS, PATTERSON, 089-0376, PK 0.00
172
PDI PROFESSIONAL DISPOSABLES
Q24272
DISINFECTANTS, SANI-CLOTH HB, X-LARGE, GERMICIDAL WIPE, PDI PROFESSIONAL, Q24272, 60/PK 0.00
173
PDI PROFESSIONAL DISPOSABLES
SANHBL
DISINFECTANTS, SANI-CLOTH HB, LARGE, GERMICIDAL WIPE, PDI PROFESSIONAL, SANHBL, 160/PK 0.00
174
PDI PROFESSIONAL DISPOSABLES
SANL
DISINFECTANTS, SANI-CLOTH PLUS, LARGE, GERMICIDAL WIPE, PDI PROFESSIONAL, SANL, 160/PK 0.00
175
Pinnacle 2200Evac-U-Trap Filter, #2200, Pinnacle 2200, 12/Box
0.00
176
PINNACLE PRODUCTS INC 3800
CHAIR COVER SLEEVE, CLEAR PLASTIC, 27.5"W X24"L, PINNACLE, 3800, 225/BX 0.00
177
PINNACLE PRODUCTS INC 3825
CHAIR COVER SLEEVE, CLEAR PLASTIC, 32"W X32"L, PINNACLE, 3825, 200/BX 0.00
178
PINNACLE PRODUCTS INC 3850-XL
CHAIR COVER SLEEVE, CLEAR PLASTIC, 29"W X80"L, PINNACLE, 3850-XL, 225/BX 0.00
179
PINNACLE PRODUCTS INC 4575
CURING LIGHT SHIELDS, VISION SAVER, ORANGE, DISPOSABLE, PINNACLE, 4575, 400/BX 0.00
180
SAFE-WAVE 66150
SYRINGE TIPS, SPREE, DISPOSABLE, NO ADAPTER NEEDED, SAFE-WAVE, 66150, 150/PK 0.00
181
SAFE-WAVE 44150
SYRINGE TIPS, SAFE-TIPS EZ, DISPOSABLE, NO ADAPTER NEEDED, SAFE-WAVE, 44150, 150/PK 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 99
182
SCHEIN 2015005Z Abrasives Lab, Lab Pumice Medium, HSI, 2015005Z, 5Lb/Ea
0.00
183
SCHEIN 51008 Alloys, Stratosphere Caps Set, 2 Spill, HSI, 51008, 500/Jr
0.00
184
SCHEIN 1007638
Crown & Bridge Products, Copper Bands W/Chest Hard, Asst, HSI, 1007638, 100/Bx 0.00
185
SCHEIN 1008005 Dental Hand Instruments, Band Remover, Baade, HSI, 1008005, Ea 0.00
186
SCHEIN 1006436 Dental Hand Instruments, Elevator Cryer #34S, HSI, 1006436, Ea 0.00
187
SCHEIN 1006640PLC
Dental Hand Instruments, Mirror Disposable Dental, HSI, 1006640Plc, 72/Bx 0.00
188
SCHEIN #4-P/S-C/S
Dental Hand Instruments, Mirror Plane Cone Socket, #4, HSI, #4-P/S-C/S, 12/Bx 0.00
189
SCHEIN 100-4888 Dental Hand Instruments, Periosteal Elevator Molt, HSI, 100-4888, Ea 0.00
190
SCHEIN 1008966 Dental Hand Instruments, Pliers 114 Standard, Johnson, HSI, 1008966, Ea 0.00
191
SCHEIN SDS-TT-AS Dental Hand Instruments, Tape N Tell Kit, 8/Rl
0.00
192
SCHEIN 741
Dental Small Equipment, Ultrasonic Cleaner W/Digital, Timer, HSI, 741, Ea (replaces #1006879) 0.00
193
SCHEIN WESCEBL Disposables, Dri-Gard Towel 2Ply+Poly, Blue, HSI, 500/Ca
0.00
194
SCHEIN WESCELV Disposables, Dri-Gard Towel 2Ply+Poly, Lavender, HSI, 500/Ca
0.00
195
SCHEIN WESCEPE Disposables, Dri-Gard Towel 2Ply+Poly, Peach, HSI, 500/Ca
0.00
196
SCHEIN 1002550 Disposables, Tray Cover 11"X17.25", White, HSI, 1002550, 1000/Bx 0.00
197
SCHEIN 1008128 Disposables, Tray Cover 9"X13.5", White, HSI, 1008128, 1000/Bx 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 100
198
SCHEIN 1000934 Disposables, Tray Covers 8.5"X12.25", White, HSI, 1000934, 1000/Bx 0.00
199
SCHEIN 1029023 Evacuation Products, Aspirator Tips Green, 1/4"D, HSI, 1029023, 25/Pk 0.00
200
SCHEIN 7001423 Evacuation Products, Evacuator Tip Vented, HSI, 7001423, 50/Bag
0.00
201
SCHEIN 1005848 Hand Pieces, Contra Angle 20,000 Rpm, #150, HSI, 1005848, Ea 0.00
202
SCHEIN 1002037 Hand Pieces, Lubricant Oil For Master, #450, HSI, 1002037, 1Oz/Bt 0.00
203
SCHEIN FP-SCHEIN108
Impression Materials & Access, Impression Tray #3 Med/U, HSI, Fp-Schein108, 12/Bag 0.00
204
SCHEIN FP-SCHEIN109
Impression Materials & Access, Impression Tray #4 Med/L, HSI, Fp-Schein109, 12/Bag 0.00
205
SCHEIN FP-SCHEIN110
Impression Materials & Access, Impression Tray #5 /U, HSI, Fp-Schein110, 12/Bag 0.00
206
SCHEIN FP-SCHEIN112
Impression Materials & Access, Impression Tray #7, HSI, Fp-Schein112, 12/Bag 0.00
207
SCHEIN FP-SCHEIN113
Impression Materials & Access, Impression Tray #8, HSI, Fp-Schein113, 12/Bag 0.00
208
SCHEIN 1005870 Infection Control Products, Disp. Cover Gown-Blue, Med/Lg, HSI, 1005870, 10/Pk 0.00
209
SCHEIN 1043809
Infection Control Products, Ear loop Face Masks, Blue, HSI, 1043809, 50/Bx (replaces #1006004) 0.00
210
SCHEIN 1043730
Infection Control Products, Ear loop Face Masks, Pink, HSI, 1043730, 50/Bx (replaces #1005937) 0.00
211
SCHEIN 1042849
Infection Control Products, Ear loop Face Masks, Yellow, HSI, 1042849, 50/Bx (replaces #1015420) 0.00
212
SCHEIN 1009972
Infection Control Products, Lab Gowns Disposable White, Sm/Med, HSI, 1009972, 10/Pk 0.00
213
SCHEIN 10-6760
Infection Control Products, Maxicide W/Activator 2.5%, 28 Day, HSI, 10-6760, Gallon 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 101
214
SCHEIN 50036970 Infection Control Products, Maxizyme Tabs, HSI, 50036970, 64/Bx 0.00
215
SCHEIN 1009860
Infection Control Products, Schein Air/Water Cover, 2.5"X10, HSI, 1009860, 500/Bx 0.00
216
SCHEIN 1008356 Infection Control Products, Schein Face Masks Molded, Blue, HSI, 1008356, 50/Bx 0.00
217
SCHEIN DZE Large Equipment Accessories, Bulb #150T4/24V, 24V150W, HSI, Ea 0.00
218
SCHEIN FCS Large Equipment Accessories, Bulb Overhead A-Dec, 24V 150, HSI, Ea 0.00
219
SCHEIN WQ150T4/ CL/2
Large Equipment Accessories, Bulb Quartz #Q150 , 25V 150, HSI, Wq150 Ea 0.00
220
SCHEIN FPSCHEIN 104
Orthodontic Products, Ortho Glass Ionomer, 15Gm, HSI, Fpschein104, Ea 0.00
221
SCHEIN 28221 Preventive Products, Acclean Toothbrush Youth, 28 Tuft, HSI, 28221, 72/Bx 0.00
222
SCHEIN 140210 Preventive Products, Disposable Prophy Angle, Soft, HSI, 140210, 100/Bx 0.00
223
SCHEIN FPSCHEIN 060
Restorative Materials, Flowable Composite Kit, Intro, HSI, Fpschein060, 4/Bx 0.00
224
SCHEIN FPSCHEIN 121
Restorative Materials, Flowable Composite Syring, Tips, HSI, Fpschein121, 100/Bag 0.00
225
SCHEIN 206100250100Rotary Instruments, Bur Carbide, 1/4, HSI, 206100250100, 10/Pk
0.00
226
SCHEIN 206100251500Rotary Instruments, Bur Carbide, 1157, HSI, 206100251500, 10/Pk 0.00
227
SCHEIN 206100250400Rotary Instruments, Bur Carbide, 2, HSI, 206100250400, 10/Pk
0.00
228
SCHEIN S20610025060Rotary Instruments, Bur Carbide, 4, HSI, S20610025060, 10/Pk
0.00
229
SCHEIN 206100252900Rotary Instruments, Bur Carbide, 557, HSI, 206100252900, 10/Pk
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 102
230
SCHEIN 206100250200Rotary Instruments, Burs Carbide, 1/2, HSI, 206100250200, 10/Pk 0.00
231
SCHEIN 206100182100Rotary Instruments, Burs Carbide 245, HSI, 206100182100, 100/Pk 0.00
232
SCHEIN 206100181800Rotary Instruments, Burs Carbide 330, HSI, 206100181800, 100/Pk 0.00
233
SCHEIN 9897 Rotary Instruments, Burs Carbide Lab Lathe Re, A 3/8, HSI, 9897, Ea 0.00
234
SCHEIN 9898 Rotary Instruments, Burs Carbide Lab Lathe Re, B 3/8, HSI, 9898, Ea 0.00
235
SCHEIN 9899 Rotary Instruments, Burs Carbide Lab Lathe Re, C 3/8, HSI, 9899, Ea 0.00
236
SCHEIN 9900 Rotary Instruments, Burs Carbide Lab Lathe Re, D 3/8, HSI, 9900, Ea 0.00
237
SCHEIN 206100260100Rotary Instruments, Burs Carbide Ra, 1/2, HSI, 206100260100, 10/Pk 0.00
238
SCHEIN 206100260300Rotary Instruments, Burs Carbide Ra, 2, HSI, 206100260300, 10/Pk 0.00
239
SCHEIN 206100260400Rotary Instruments, Burs Carbide Ra, 4, HSI, 206100260400, 10/Pk 0.00
240
SCHEIN HSI6008-15 Surgical Products, Scalpels Disposable, #15, HSI, HSI6008-15, 10/Bx 0.00
241
SCHEIN 100-6120 Wound Closure, Suture Plain Gut C-9 3/0, 18", HSI, 100-6120, 12/Bx 0.00
242
SCHEIN 27270-60 X-Ray Products, Automatic A&B Developer &, 2Gal, HSI, 27270-60, 4/Ca 0.00
243
SCHEIN UMGD58 X-Ray Products, Dx-58 Vinyl Packet Size 2, 1 Film, HSI, Umgd58, 150/Bx 0.00
244
SCHEIN 5226 X-Ray Products, Klear-Vue Cardboard Mount, 8H 6V 2, HSI, 5226, 100/Bx 0.00
245
Septodont 01-A1400Anesthetic, Septocaine Articaine 4%, Septodont 01-A1400, 50/Box 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 103
246
Sherwood 8881-400058Needle, Monoject 27L Plastic Hub #400, Sherwood 8881-400058, 100/Box 0.00
247
Sherwood 8881-400074Needle, Monoject 30S Plastic Hub #400, Sherwood 8881-400074, 100/Box 0.00
248
Sherwood 8881-401056Needle, Monoject 27L Metal Hub #401, Sherwood 8881-401056, 100/Box 0.00
249
Star 260296Hand piece Turbine, Star 430 Auto chuck LUBE TYPE, Star 260296, Each 0.00
250
STAR 262052 Hand Pieces, 430K Hp Vortex-No Swivel, 4-Hole, Star, 262052, Ea
0.00
251
STAR 259005 Hand Pieces, Ball Bearing Latch Contra, Angle, Star, 259005, Ea 0.00
252
STAR 264073 Hand Pieces, Motor-To-Angle Adaptor, Star, 264073, Ea
0.00
253
STAR 260144 Hand Pieces, Swivel Attachment 4 Line, Star, 260144, Ea
0.00
254
STAR 262262 Hand Pieces, Titan 3 Motor 20000 Rpm, Star, 262262, Ea
0.00
255
STAR 262261 Hand Pieces, Titan 3 Motor 5000 Rpm, Star, 262261, Ea
0.00
256
STAR 258443 Hand Pieces, Titan-2 Plus Torque Multi, Star, 258443, Ea
0.00
257
STAR 264151 Hand Pieces, Titan3 Lube free Auto chuck, Angle, Star, 264151, Ea 0.00
258
SULTAN CHEMISTS 95029-000
DISINFECTANTS, LYSOL IC SPRAY W/ CONTROL FLOW, SULTAN CHEMISTS, 95029-000, 19OZ EACH 0.00
259
THREEM 7510 Cements - Liners - Bases, Vitrebond Intro Pkg, Package, 7510, Ea 0.00
260
THREEM 12622 Preventive Products, Clinpro Sealant Refill Pk, 12622, 6Ml
0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 104
261
THREEM 12627 Preventive Products, Clinpro Sealant Refill Pkg, Syr1.2M, 12627, Ea 0.00
262
THREEM 7543 Restorative Materials, Adper Scotchbond M/P Adhesive, #7543, 7543, 8Ml/Bt 0.00
263
THREEM 7540S Restorative Materials, Adper Scotchbond M/P Sq, Adhesive, 7540S, Ea 0.00
264
THREEM 3303L Restorative Materials, Vitremer Liquid, 3303L, 8Ml/Bt
0.00
265
TILLOT 6103 Gloves, Formula 1 Latex Glove, 6103, 100/Bx
0.00
266
Tillotson 6612Glove, Plus Powder Free Small, Tillotson Healthcare 6612, 100/Box 0.00
267
TRONEX 5540B Infection Control Products, Gown One Size Fits All, Blue, 5540B, 50/Ca 0.00
268
WARNER LAMBERT 42750
MOUTHWASH, LISTERINE COOL MINT, GALLON BOTTLE, WARNER LAMBERT, 42750, 2/CS 0.00
269
WARNER LAMBERT 42755
MOUTHWASH, LISTERINE COOL MINT, 1.5L BOTTLES, WARNER LAMBERT, 42755, 6/CS 0.00
270
Whaledent UC300115B
Dental Small Equipment, Biosonic Uc300 Ultrasonic, Cleaner, Uc300115B, Ea 0.00
271
WHALEDENT C7964
CURING LIGHT, COLTOLUX 75, 75 WATT HALOGEN WITH 8MM TIP, WHALEDENT, C7964, EACH 0.00
272
Young 177001Rubber Dam Frame, 4 1/8 x 3 5/8 Chrome Plated Brass, Young Dental 177001, Each 0.00
273
YOUNG DENTAL 77225
SURGICAL ASPIRATOR TIPS, SURG-O-VAC II, 1/4" TIP, GREEN, YOUNG DENTAL, 077225, 25/PK 0.00
RFP No. 10-475-000-J Medical and Dental Supplies Page 105
Quarterly Contract Sales Summary Report
Contractor Name: FEID#: Contact Person: Phone Number: Email: Contract Title: Contract #: Fax or Email form to: Donna Smith, 850-414-6122 or Donna.Smith@dms.myflorida.com
CALENDAR QUARTER: Check One
Quarterly Period Ending March 31st Quarterly Period Ending June 30th
Quarterly Period Ending September 30th Quarterly Period Ending December 31st
RFP No. 10-475-000-J Medical and Dental Supplies Page 106
ENTITY TOTAL DOLLARS
STATE AGENCIES:Report dollar amount sold to all State Agencies.List each Agency separately. $ POLITICAL SUBDIVISIONS:Report dollar amount sold to other Political Subdivisions [including but not limited to, Counties, Cities, Schools, Universities, Colleges and Utilities]. List each entity separately.
$ GRAND TOTAL: $
Under penalties of perjury, I declare that this is a true and accurate report of all sales due under the terms and conditions of this state term contract for the specified quarterly reporting period.
AUTHORIZED TYPED SIGNATURE:
AUTHORIZED ELECTRONIC SIGNATURE:
Notes:1) A quarterly report is required even if there are no sales for the specified quarter; please enter zero
dollars where applicable. 2) This form is for the reporting of quarterly sales only. It is not related to reporting and payment of
vendor transaction fees.3) To enter electronic signature, click text box, click “Insert” (on tool bar), select “picture”, and select
picture type to paste or enter signature.4) For information concerning the use of this form, please contact the Contract Administrator named
above. (Rev. 3/05/09)
CONTRACT
This Contract, effective the last date signed below, is by and between the State of Florida, Department of Management Services (“Department”), an agency of the State of Florida with offices at 4050 Esplanade Way, Tallahassee, Florida 32399-0950, and the entity identified below as Contractor (“Contractor”).The Contractor responded to the Department’s Request for Proposal No. 10-475-000-J for Medical and Dental Supplies. The Department has determined to accept the Contractor’s response and to enter into this Contract in accordance with the terms and conditions of the solicitation.
Accordingly, and in consideration of the mutual promises contained in the Contract documents, the Department and the Contractor do hereby enter into this Contract, which is a state term contract authorized by section 287.042(2)(a) of the Florida Statutes (2001). The term of the Contract is 36 months from the effective date. The Contract consists of the following
RFP No. 10-475-000-J Medical and Dental Supplies Page 107
documents, which, in case of conflict, shall have priority in the order listed, and which are hereby incorporated as if fully set forth:
Any written amendments to the Contract Technical Specifications Special Contract Conditions General Contract Conditions (PUR 1000) Special Instructions to Respondents General Instructions to Respondents (PUR 1001) This document Any Purchase Order under the Contract Contractor’s response
___________________________________________State of Florida, DateDepartment of Management ServicesBy: Linda H. South, Secretary
Contractor Name: (Seal)Street Address or P.O. Box: City, State, Zip:
_______________________________________________By: DateIts (Title): _________________________________
Approved as to form and legality by the General Counsel’s Office
______________________________________
Print name: __________________________ Date: ____________________
RFP No. 10-475-000-J Medical and Dental Supplies Page 108
Recommended