Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOURCES SOUGHT

65 -- Potential sources sought to participate in the regional standardization of Custom Packs.

Notice Date
7/21/2005
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-05-D-TRBO
 
Response Due
8/12/2005
 
Archive Date
10/11/2005
 
Small Business Set-Aside
N/A
 
Description
POC: Larry K. Shaughnesy, RN Clinical Analyst, Tri-Service Regional Business Office (TRBO), Tri-Service Northeast Region, Walter Reed Army Medical Center, Washington, DC Phone: (202) 782-3666. Alternate POC: Tracy Martin-Tilghman, Logistician Team Leader, Tri-Service Regional Business Office (TRBO), Tri-Service Northeast Region, Walter Reed Army Medical Center, Washington, DC Phone: (202) 782-3663. Tri-Service Northeast Region, an integrated military health care delivery network comprised of Army, Air Force, and Navy Medical Treatment Facilities (MTF) is considering standardizing and establishing a Regional Incentive Agreement(s) {RIA(s)} for Custom Packs. This is not a request for bids but an invitation to participate in a product line review process that will result in a selection of vendor(s) to provide this product line to MTFs within the Northeast Region. Vendors must provide full product line literature and available documentation of services related to this product line. Vendors must also provide product line samples as appropriate and requested. In addition, a knowledgeable and appropriate representative(s) must be available as needed for p ossible vendor demonstrations of product line and services. All expenses related to literature reproduction and dissemination; provision of product line samples, product line and services demonstrations; marketing; and appropriate in-service education rel ated to the above throughout this standardization initiative must be at no charge to the government. The review process leading to a selection of vendor(s) upon which to standardize will take in to consideration, but not be limited to, the following aspects of desirable Custom Pack products and services: 1. Professional Standard(s) under which your Custom Pack products and services are guided. 2. Certification(s) maintained by your company appropriate to the Custom Pack products and service industry. 3. Domestic and/or Foreign sources of your Custom Pack products and services. 4. Location of your production/processing facility(s) appropriate for Northeast Region Medical Treatment Facilities/Clinics. 5. Brand names(s) under which your company produces and distributes Custom Pack products and services. 6. Sterilization method(s) used by your company specific to various types of Custom Packs. 7. Regulation of the shipping and delivery of Custom Packs to assure integrity and sterility 8. Method of package labeling for Custom Pack components 9. Easily Identifiable Lot # and Sterility Expiration Date for each Custom Pack. 10. Method of packaging Custom Pack components to achieve most efficient use of space and overall pack size. 11. Method of latex content labeling of your Custom Packs and/or Custom Pack components 12. Method of Custom Pack component package labeling such as solutions, gels, etc. 13. Availability of Custom Pack components and configuration customized to each specific facility. 14. Availability of Custom Pack components and configuration customized to each specific clinical service within facilities. 15. Description of process for inclusion of requested regional standardized vendor(s) components in Custom Packs. 16. Description of your quality monitoring process to assure appropriate requested regional standardized vendor(s) components are used in Custom Packs as requested by each specific department and/or facility. 17. Description of what continuous reporting process is used to confirm and document the use of requested regional standardized vendor(s) components in Custom Packs. 18. Description of the process for arranging the negotiated Regional Incentive Agreement (RIA) pricing on requested regional standardized vendor(s) components in Custom Packs. 19. Description of your process, time line, and action plan for addressing the unavailability of requested regional standardized vendor(s) components in Custom Packs. 20. Descripti on of the process for addressing the access to requested regional standardized vendor(s)components from vendors with whom your company historically has not had a business relationship. 21. Providing a list of vendor(s) with whom your company will not establish a business relationship and rationale(s) for that decision. 22. Description of your policy and fee schedule for Custom Pack component changes. 23. Description of the available technology for making changes to Custom Packs including all customer based electronic technologies available for Custom Pack review and changes. 24. Description of your policy and fee schedule for replacement of Custom Pack components with a component from a specific standard vendor(s) or specific regional standardized vendor(s). 25. Description of your policy and actions when a Custom Pack component is not or no longer available from the vendor(s) of choice. 26. Description of your policy on unannounced replacement of previously requested Custom Pack component(s)with your company private label component(s). 27. Specification of the average turn around time from Custom Pack component change request to actual Custom Pack component change. 28. Minimum length of time required for Custom Pack component change. 29. Description of your policy on the use of remanufactured or reprocessed components in your Custom Pack product line. 30. Description of your policy on the reprocessing and/or return of unused Custom Packs. 31. Clinical representative availability including whether area based or facility based, and the availability of a 24/7 toll free customer service line. 32. Clinical representative availability dedicated solely to the Custom Packs product line for each specific facility in the Northeast Region. 33. Availability of periodic program/service reviews indicating what level of consultant is providing the review. 34. Description of your start up or implementation program including such capabilities as case needs/case flow assessment, cost comparison analysis of standard vendor packs versus item by item customization using customer choice/regionally standardized co mponents and including fees/costs for start up and/or implementation program. 35. Description of your ongoing clinical support program including such capabilities as sales reports, utilization reports, pack change reports, etc., and including fees/costs for ongoing clinical support. 36. Description of your software/hardware availability to facilities for Custom Pack inventory, supply flow, and configuration management and including program name, operating system, and fees/cost for this Custom Pack monitoring system. 37. Description of the availability of cost containment, process flow analyses in addition to the analysis tools to accomplish these reviews. 38. Description of your ongoing educational support program including capabilities for on site inservice,web based competency training, CEU programs, etc. 39. Distribution through our Regional Prime Vendor (currently Owens Minor) is required for this standardization initiative. Describe your current business relationship with our current Regional Prime Vendor (Owens Minor) (requirement for potential select ion for standardization for Custom Packs. 40. Description of your capabilities to meet the Northeast Regional volume requirements through the Prime Vendor(currently Owens Minor) including solutions to prevent back orders from your company stock, standard vendors, and customer choice/regional stan dardized vendor(s). 41. Description of your capabilities for responding to heightened inventory and supply needs for operational (wartime/disaster) casualties on short notice. 42. Description of your no fee/no cost value add services and programs. 43. Providing a detailed history of Custom Pack recalls experienced by your company including reason(s) for recall(s), action(s) to resolve, and total time period to resolution. 44. Providing a detailed fee schedule of cost and no cost tracking tools (software, hardware, etc.) available to each facility. 45. Providing a comprehensive list of available no cost quarterly reports detailing Custom Pack usage, component changes, cost avoidance opportunities, etc. 46. Description of your current state bar code and/or radio frequency identification (RFID) technology utilization in your facilities and services. Vendors, suppliers and manufacturers must be holders of a Distribution And Pricing Agreement (DAPA)with the Defense Supply Center Philadelphia (DSCP), distribute products and associated product line supplies/consumables through the DSCP Prime Vendor (PV) p rogram, satisfy the technical and clinical considerations/criteria for this product line and related services, and provide customer support programs as put forth in this standardization initiative. Vendors, suppliers, and manufacturers must hold a DAPA to be eligible to participate in this standardization initiative. For additional information on DAPA, you may call Mr. John Charalabidis at the Defense Supply Center-Philadelphia at (215) 737-7124. Those vendors willing to participate in this standardization initiative, please send e-mail to the Tri-Service Regional Business Office POC at Larry.Shaughnesy@na.amedd.army.mil before Friday 12 August 2005 and provide the following: (a) company name, (b ) company address, (c) company DAPA number and DAPA expiration date, (d) company point of contact, (e) telephone number, (f) fax number, and (g) E-mail address. Do not respond to above listed technical/clinical considerations at this time. An opportunity to provide your responses will be given at a later time through separate request from the Tri-Service Regional Business Office POC. For questions, please call L arry K. Shaughnesy, RN Clinical Analyst at (202) 782-3666 or alternately, Tracy Martin-Tilghman, Logistician Team Leader at (202) 782-3663. Mailing Address: Tri-Service Regional Business Office (TRBO) North Atlantic Regional Medical Command ATTN: ACSLA (MCAT-LA) 6900 Georgia Avenue, N.W. Washington, DC 20307-5001
 
Place of Performance
Address: Tri-Service Business Office (TRBO), North Atlantic Regional Medical Command ATTN: ACSLA (MCAT-LA), 6900 Georgia Ave, NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN00852109-W 20050723/050721212419 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.