Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOURCES SOUGHT

65 -- Epidural & Spinal Trays

Notice Date
3/28/2007
 
Notice Type
Sources Sought
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-07-0006
 
Response Due
4/20/2007
 
Archive Date
6/19/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. FOR FURTHER INFORMATION CONTACT MS VIRGINIA (GINNY) SLAYTON AT 707-787-2019 OR Virginia.slayton@us.army.mil Potential sources sought to participate in the regional standardization of Epidural & Spinal Trays. A. General Information: TRICARE Southeast Region, a military integrated delivery network, comprised of Army, Navy, Air Force, Marine Corps and Coast Guard medical treatment facilities (MTFs) in the states of states of Alabama, Georgia, Florida, Mississippi, South Carolina, T ennessee, and affiliated areas of Puerto Rico, Honduras, and Cuba announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Epidural & Spinal Trays. The major facilities in the area includes: MacDill AFB, FL, Egli n AFB, FL, Keesler AFB, MS, Fort Benning, GA, Fort Gordon, GA, Fort Stewart, GA, Fort Jackson, SC, Naval Hospital Jacksonville, FL, Naval Hospital Beaufort, SC, and Naval Hospital Pensacola, FL. This procurement is part of the Medical/Surgical Prime Vendor Program executed by the Defense Supply Center Philadelphia, (DSCP) Directorate of Medical Materiel. In order to participate your company MUST have a Distribution and Pricing Agreement (DAPA) with the Defense Supply Center Philadelphia (DSCP) 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 di stribute 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 the web site at: https://dmmonline.dscp.dla.mil. The agreement with incentive pricing will be based on a committed volume for a base period of two (2) years (24 months) from the date of award with three (3) - 12 month option periods (not to exceed 5 years). A single award is intended in this project; however, the Southeast Region acknowledges the possibility of a dual award for this agreement. Anticipated award date is September 2007. The evaluation will be based on clinical, technical, and pricing factors. The award will be determined utilizing Bes t Value/trade off criteria. Point of Contact is Ginny Slayton, (706) 787-2019, Virginia.slayton@us.army.mil. B. Products & Performance Required The Southeast Region is seeking product lines in the category of Epidural & Spinal Trays. The estimated total volume for Epidural & Spinal Trays is $103,498.81. This is based on the historical prime vendor sales for a 12-month period. At the request of the Southeast 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, and itemizat ion of the brand, types and packaging information of the products offered by the vendor. C. Instructions to Offerors If your are interested in participating in this standardization, you must provide all detailed information on Epidural & Spinal Trays, which clearly outline the requirements stated within this notice along with a copy of your published literature to sup port all responses by 4:00 P.M. EST on the date listed for closing on the FBO announcement. All interested offerors are to provide electronically responses by email. Send all corresponding information along with the following: Company name, point of cont act, address, phone number, fax, email address, Solicitation Number, Complete answers, and electronic set of published literature for Epidural & Spinal Trays, to Ginny Slayton, Virginia.slayton@us.army.mil. (706) 787-2019 prior to the closing date of this solicitation in order to remain competitive. This process will include vendor(s) requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, and sub mission of 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 nine Military Treatment facilities in the Southeast Region. They are the final decision makers for this initiative. Phase I - All vendor(s) will be required to the provide responses to the technical/company criteria. Vendors who do not meet the deadline for the solicitation response will be eliminated from the standardization process. The Clinical Product Team (CPT ) comprised of medical professionals from several disciplines will review the responses and determine acceptability. After review of technical/company criteria, those vendors who meet the criteria will be invited to participate in Phase II, the clinical/p erformance evaluation. Phase II - The Tri-Service Regional Business Office (TRBO) will request product samples from the product group to be clinically evaluated at select Military Treatment Facilities. Vendor(s) are required to ship samples direct to the MTFs. Vendors will be given 10 business days from the issue of the notice to ship samples. Vendors who do not send samples by 5:00 P.M. EST on the 10th business day will be eliminated from the standardization process. The MTFs will evaluate the clinical/performance criteria using a Likert like one to five rating scale. One is equal to not acceptable and five is equal to highly acceptable. All clinical/performance questions will be weighted equally. The CPT has s et a 3.0 acceptability threshold for all product groups. Clinical/performance results lower than a 3.0 will not be considered acceptable and will be disqualified from further consideration in the standardization process. Phase III - After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who met the 3.0 threshold will be asked to participate in Phase III, pricing evaluations. All vendors will be asked to submit th eir best pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Southeast Region. Clinical/performance factors will be weighted more heavily than price. Pricing will be evaluated based on the 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 exc eed 5 years). Vendors that fail to offer an incentive discount from DAPA will be disqualified. 1. Phase I - Technical/Company Criteria Evaluation The CPT will review the following technical/company criteria responses from each vendor and determine acceptability. Acceptability for purposes of evaluation of technical/company criteria: Generally, responses to all questions in this section demonstrate that: 1) the business concern offering the quote is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; 2) based on the quoters responses, the evaluators have reasonable confidence that the line or products and/ or services offered meet the medical standards of care of the community, applicable to such products or services; 3) the quoter has a DAPA for Epidural & Spinal Trays; 4) the quoter has an agreement covering the items, with Owens & Minor, the Prime Vendor for the region; 5) the quoter intends to offer discounts off DAPA for all products included in this standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified). Vendors must respond with the following Phase I technica l/company criteria:. a. Vendor(s) must have a DAPA number for Epidural & Spinal Trays. Provide DAPA number. b. Will your company offer discounts off DAPA for all products included in this standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified). c. Vendor(s) must have a separate agreement with Owens & Minor for distribution in the Southea st Region. Provide prime vendor conversion number. d. Vendor(s) must provide and attach a copy of all itemized brand(s) and styles that are manufactured and/or distributed for Epidural & Spinal Trays. e. Vendor(s) will list the industry production and safety standards used in manufacturing this product. Provide the information on production standards. f. Vendor(s) must identify if company has had history of back orders and/or recalls for the product line. Explaining the a) dates and duration b) cause, c) resolution. g. Vendor(s) will attach and provide company return goods policy & all warranties. h. Vendor(s) must identify types of educational tools or materials for Epidural & Spinal Trays. i. Vendor(s) must identify what kind of staff training company provides. j. Vendor(s) must identify if company provides 24/7 customer service. k. Vendor(s) must be able to provide electronic and hard copy proposed pricing and competitive product cross reference in electronic excel format upon request. l. Vendor(s) must identify if can provide are latex free trays. Provide and attach a copy of all latex free items. m. Vendor(s) must be able to provide a full product line of Epidural & Spinal Trays to include but not limited to: combined and single dose trays, ability to customize trays to facility specifics, needles in a variety of lengths and sizes, trays with or wi thout medications, and needles with Luer Lock and/or cath/slip tips. Provide and attach a copy of all Epidural & Spinal Trays items. n. Vendor(s) must identify if tray packages are clearly labeled sterile with dated shelf life and latex free status on each tray. o. Vendor(s) must identify if you provide Safety needles in your trays. p. Vendor(s) must identify if Trays are available with medications including, but not limited to: Bupivacaine HCL 0.75% with dextrose 8.25%, Lidocaine HCL 5% with dextrose 7.5%, and Tetracaine 1% Lyophilized Tetracaine HCL 20mg. Provide and attach a copy of all Tray medications that you provide. 2. Phase II - Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products based upon the following evaluation criteria to determine acceptability against the following criteria. Spinal Trays: 1. Graduated markings on syringes are clear to ensure accurate dosage. 2. Needles are covered with a hard cap, rendering the needle safe for handling when securely attached before use. 3. Needle caps threaded to ease and assist in removal of cap. 4. Drapes provided allows for visualization of anatomical landmarks. 5. Loss-of-resistance syringe seals without plunger leak. 6. Needles in the tray are easy to handle while wearing gloves. 7 Syringes are available in plastic and glass. Epidural Trays: 1 Needles in the tray are easy to handle while wearing gloves. 2 Needles are covered with a hard cap, rendering the needle safe for handling when securely attached before use. 3 Epidural catheter markings easily visible. 4 Epidural Catheter allows for visualization of fluids. 5 Epidural catheter threads easily. 6 Loss-of-resistance syringe seals without plunger leak. 7 Drapes provided allows for the visualization of anatomical landmarks. 8 Does literature support catheters ability for shear and kink resistance? 3. Phase III - Price Evaluation Technical/company (Phase I) and Clinical/performance (Phase II) factors will be evaluated first. The technical/company and clinical/performance evaluation will determ ine who the acceptable offerors are. Then the quotes (Phase III) will be compared regarding incentive price and the TPRB will perform a technical/price trade off (i.e., very superior technical capabilities may justify paying a higher price). THE CLOSING DA TE IS 20 APRIL 2007 4:30 PM EDT.
 
Place of Performance
Address: TRI SERVICE SOUTHEAST REGIONAL BUSINESS OFFICE ATTN: BUILDING 40707 4OTH STREET ROOM 105 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN01261274-W 20070330/070328221350 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.