Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOURCES SOUGHT

65 -- Airways and tubes

Notice Date
4/10/2007
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N002597100SS01
 
Response Due
5/4/2007
 
Archive Date
5/19/2007
 
Description
A.General Information TRICARE Southwest, Northwest & Pacific Regions, collectively referred to as Logistical Support Area (LSA-West), a military integrated delivery network, comprised of Army, Navy, and Air Force medical treatment facilities in California, Washington, Alaska, Hawaii, Guam, Japan, Okinawa, and Korea announce a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Airways & Tubes. The major facilities in the area include but are not limited to Naval Medical Center San Diego; David Grant Medical Center, Travis AFB; Naval Hospital Camp Pendleton; Robert E. Bush Hospital, Twenty-Nine Palms; Weed Army Community Hospital, Ft. Irwin; Naval Hospital Lemoore; 9th Medical Group, Beale AFB; 30th Medical Group, Vandenberg AFB; 61st Medical Squadron, Los Angeles AFB; 95th Medical Group, Edwards AFB, Madigan Army Medical Center, Naval Hospital Bremerton, Naval Hospital Oak Harbor, Bassett Army Community Hospital, Elmendorf Air Force Base Hospital, Fairchild Air Force Base Clinic, McChord Air Force Base Clinic, Eielson Air Force Base Clinic, 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 Vendor of 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 DSCP?s Prime vendor program please access our web site at: https://dmmonline.dscp.dla.mil The Tri-Service Regional Business Office (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 Aug 2007. The evaluation will be based on technical, clinical and pricing factors. The award will be determined utilizing best value/ trade off criteria. Point of Contact: Cindy Ingrao, RN, MSN at (619) 532-8517; Email- cynthia.ingrao@med.navy.mil B.Products & Performance Required The Southwest, Northwest & Pacific Regions (LSA-West) are seeking product line items in the category of Airways & Tubes such as oropharyngeal, nasopharyngeal and laryngeal airways as well as endotracheal and tracheostomy tubes and accessories, i.e., bite blocks, stylets, and cannulae for adults and pediatrics. The estimated total volume in the three Regions for this product line is over $477K annually. At the request of the Southwest, Northwest & Pacific Regions (LSA-West) 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, 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, E-mail address, and your answers to the technical questions/criteria below to cynthia.ingrao@med.navy.mil no later than May 4, 2007. Please email product literature only to: Cindy Ingrao, RN, MSN at cynthia.ingrao@med.navy.mil Pat Cordier, RN, MSN, CNOR at patricia.cordier@us.army.mil Cheryl A. Janus, RN, MBA at cheryl.janus@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. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the Region that its quote and literature actually arrived at the Region via email. We strongly recommend that each submitting vendor confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. 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 Southwest Region. They are the decision makers for this initiative. Vendors will be required to provide responses to the technical criteria. The TPRB will review the responses and determine acceptability. After review of the technical criteria, those vendors who meet the criteria will be invited to participate in the clinical/performance evaluation. The TPRB will request samples from the product group to be clinically evaluated at select Military Treatment Facilities (MTF). Vendors are required to ship samples direct to the MTFs. A deadline will be specified to vendors for the arrival of the shipment to the MTFs. Vendors failing to ship by the deadline will be disqualified from further consideration in the standardization process. Clinical factors will be weighted more heavily than price. All vendors who provide samples for clinical evaluation will be asked to submit best value pricing for analysis. Vendors who fail to offer discounted prices could be excluded from RIA award consideration. The MTFs will evaluate the clinical/performance criteria using a scale from one to five where 1 = Not Acceptable, 2 = Minimally Acceptable, 3 = Neutral, 4 = Acceptable and 5 = Highly Acceptable. All criteria are weighted equally. The TPRB has set a 3.1 acceptability threshold for all product groups. Clinical/performance results lower than 3.1 will not be considered acceptable and will be disqualified from further consideration in the standardization process. After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who met the 3.1 threshold will be asked to submit their best pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region. Clinical/performance 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 agreement for a two-year period with (3) three possible one-year option periods (not to exceed a total of 5 years). Vendors that fail to offer an incentive discount from DAPA will be disqualified. In addition to the required discounted pricing from DAPA for participating regional commands, vendors should also submit additional tier pricing in the event that they are afforded added volume from standardization commitments from other regions. However, alternate (tiered) pricing proposals will not be evaluated as part of the selection. 1. Technical Criteria Evaluation The TPRB will review the responses from the vendors and determine which vendors meet the criteria and determine acceptability. Acceptability for the purpose of evaluation of the technical criteria means the responses to all questions in this section demonstrate that: 1) the vendor, who will be named the quoter, offering the quote is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; 2) based on the quoter?s responses, the evaluators have reasonable confidence that the product line or products and/or services offered meet the medical standards of care of the community in which such products and/or services are applicable; 3) the quoter has or is obtaining a DAPA for the product line, products and/or services; 4) the quoter has or is obtaining an agreement covering the product line, products and/or services with Cardinal Health, 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). 1.Does your company manufacture and/or distribute a full line of airways (oropharyngeal, nasopharyngeal, laryngeal mask airways), tubes (endotracheal and tracheostomy) and accessories (bite blocks, stylets, cannulae, etc) for adults and pediatrics? 2.Are your products available through the Prime Vendor, Cardinal? 3.What is your DAPA Number? 4.Does your company offer volume discounts off DAPA for all products included in this standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified)? 5.Under what brand(s) does your company manufacture or distribute your product? 6.Under what standards is your product manufactured? 7.Under what regulatory and/or advisory agency do your products fall under? Are your products approved by these agencies? 8.Are your products FDA approved? 9.Are your products latex free? If not, why? 10.How does your company label the latex status of your products? 11.Are your products single use and disposable? 12.Are your products radiopaque? What is the feature that makes it radiopaque? 13.What types of airways and tubes does your company manufacture and/or distribute? 14.Please list the accessories your company offers for each type? 15.For each type of product, does it come with printed gradations? 16.Do you use non-toxic, color fast dyes for labeling on your products? 17.For each type of product, what is the configuration of the airway or tube (number of lumens/cannulae, number of eyes or openings, does it come with a trocar/stylet, color-coded for size)? 18.For each type of product, what sizes does it come in? 19.For each type of product, what materials is it made of and is the material clear or opaque? 20.For each type of product, what feature minimizes the risk of fragmentation on removal? 21.For each type of product, what feature minimizes tissue trauma, discomfort and pain on removal? 22.What feature makes your tubes kink-resistant? 23.What is the puncture strength of your ET tube cuff? 24.What is the average cuff pressure it takes to effectively seal the airway with your company?s tubes? 25.What features do your cuffs have to facilitate/confirm optimal ET tube placement? 26.For each type of product, is the product available sterile and/or non-sterile? 27.Do your products have expiration dates on the packaging? 28.For each type of product, what kind of packaging does it come in? Is this packaging appropriate for delivery to a sterile field? 29.If your company offers products in a non-sterile form, can they be autoclaved? 30.Is your product suitable for use in a field setting? 31.Which products in your product line provide the best patient comfort and safety? 32.What are the recommended disposal guidelines for your products? (If products are incinerated for disposal, what are the potential by-products?) 33.If your company is awarded the business for our Region, does your company offer a CME/CEU continuing education program at no cost? 34.Does your company have local representatives to provide assistance at facility locations? 35.What types of educational tools or materials do you have for this product line? 36.What kind of staff training does your company provide? 37.Does your company provide customer service 24/7 through a toll free number? 38.What is your company?s return goods policy? 39.What is your company?s proposed implementation plan should your company be awarded the Regional Incentive Agreement? 40.Is there any history of backorders and/or recalls for this product group? If yes, please answer: (a) Dates and duration, (b) Cause, (c) Resolution 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. 1.The package is easy to open. 2.The product is easy to use and is durable. 3.Product that is expected to be color-coded for easy identification is coded easily. 4.The product is easy to insert and kink-resistant. 5.The product has an opening/channel that allows a smooth passage of the catheter for suctioning. 6.The products come in a variety of sizes/types/to meet clinical need. 7.It is easy to identify the type and size of each product from its packaging. 8.The size of the product is clearly labeled on the product itself.
 
Record
SN01270246-W 20070412/070410221224 (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.