Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
MODIFICATION

65 -- Standardization of Pads and Wipes for TRICARE Pacific REgion, a military integrated delivery network (IDN), comprised of Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Korea, Japan and Okinawa.

Notice Date
2/13/2007
 
Notice Type
Modification
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
W81K02-07-T-3001
 
Response Due
2/23/2007
 
Archive Date
4/24/2007
 
Small Business Set-Aside
N/A
 
Description
TRICARE Pacific Region, a military integrated delivery network, comprised of Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Korea announces a Request for Regional Incentive Agreement Quotatio n (RFRIAQ) for the standardization of Pads and Wipes (skin prep). The major facilities in the area include but are not limited to Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, 121st Combat Support Hospital Seoul, 374th Medical Group, Yokota AB, and 18th Medical Group Kadena AB. This procurement is part of the Medical/Surgical Prime Vendor program executed by the Defense Supply Center Philadelphia, Directorate of Medical Materiel. In order to participate your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the Prime Vendors for the program. This is pursuant to the DAPA clause by which DAPA holders agree to the Standardization process and to allow Prime Vendors to distribute their items. This is a supplement to the Prime Vendor Program and it is not a contract. For additional information regarding DSCPs Prime vendor program please access our web site at https://dmmonline.dscp.dla.mil The TRBO will provide anticipated volume (quantity) based on historical usage/forecasted requirements. The agreement will be for a base period of two (2) years (24 months) from date of award with three (3) 12-month option periods. Anticipated award date is December 2007. The evaluation will be based on clinical, technical, and pricing factors. The award will be determined utilizing Best value/ trade off criteria. Point of Contact Susan Hwang, 808-433-3686, susan.hwang@amedd.army.mil B. Products & Performance Required The Pacific Region is seeking product line items in the category of Pads and Wipes, to include but not limited to pads, wipes and swabs that contain Isopropyl alcohol, PVP Iodine, Benzoin Tincture, Lemon Glycerin, Castile Soap, Nail Polish Remover, Adhesiv e Remover and Witch Hazel. The estimated total volume for this region for this product line is $61,500.00 this is based on historical prime vendor sales for a 12-month period. At the request of the Pacific Region Military Treatment Facilities vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS information, and itemization of the brands, types and packaging information of the products offered by the vendor. C. Instructions to Offerors If you are interested in participating in this standardization initiative, email your (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to susan.hwang@amedd.army.mil This process will include vendor requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offers. D. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logisticians from all of the Military Treatment Facilities within the Pacific Region. They are the decision makers for thi s initiative. Vendors will be required to provide responses to the technical criteria. The TPRB will review the responses and determine acceptability. Following acceptability of the technical criteria, the TPRB will request samples from the product group to be clinicall y evaluated at select Military Treatment Facilities. Clinical factors will be weighted more heavily than price. Pricing will be evaluated based on best value to the government and will be based on a committed volume for a two-year period with possible one- year option periods (not to exceed 5 years). 1. Technical Criteria Evaluation The TPRB will review the following technical criter ia responses from each vendor and determine acceptability: 1. Vendor has DAPA for Pads and Wipes (Skin Prep). 2. Vendor has distribution agreement with Prime Vendor Cardinal. 3. Vendor offers educational resources and tools for clinical use of device. 4. Vendor is able to supply the participating MTFs in Hawaii, Japan, Okinawa, Guam and Korea. 5. Vendor is able to provide on-site support and in servicing to the entire Pacific Region. 6. Vendor will provide the conversion prime vendor order numbers. 7. Vendor will itemize the brand(s) and styles that are manufactured and/or distributed for Pads and Wipes (Skin Prep). 8. Vendor will provide a history of backorders or recalls. 9. Vendor will provide MSDS information. 10. Vendor will list the industry production and safety standards used in manufacturing this product. 11. Vendor will provide return goods policy. 12. Vendor will provide name and contact information for the local vendor representative; and, 1-800 number for Customer Service for each of the accounts. 13. Vendor will provide latex free products. 14. Vendor will provide a clearly identifiable expiration date on the product. 15. Vendor will provide a 70% clear isopropyl alcohol impregnated pad or wipe. 16. Vendor will provide a 10% povidone-iodine (delivering a 1% available povidone liquid) impregnated pad/wipe. 17. Vendor will provide an acetone-impregnated pad or wipe. 18. Vendor will provide sterile saline wipes. 19. Vendor will provide hygienic cleaning wipe for patient use before providing a urine sample. 2. Clinical Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products based upon on the following evaluation criteria to determine acceptability. Acceptability is considered a total average score of 3.75 or ab ove. 1. Individual pads and wipes can be open easily. 2. The amount of solution is adequate for the clinical use. 3. The pad or wipe is not overly saturated with the solution. 4. The pad or wipe or sponge does not leave any lint or debris on the skin after or during solution application. 5. Product expiration date is easily identified. 6. Contents of each packet are easily identified. 7. Contents are sterile.
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN01231429-W 20070215/070213221045 (fbodaily.com)
 
Source
FedBizOpps 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.