Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
SOURCES SOUGHT

65 -- Tricare Heartland Medical Material Standardization for Head and Shoe Covers

Notice Date
4/20/2007
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 74th Medical Group-Wright Patterson Medical Center, Bldg 830 4881 Sugar Maple Dr, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
R5-04-20-06-057-HSC
 
Response Due
5/11/2007
 
Archive Date
5/11/2007
 
Description
A. General Information The Heartland Region, TRBO Region 5, a military integrated delivery network, comprised of 5 Army, Navy, and Air Force, medical treatment facilities in Ohio, Illinois, and Kentucky announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Head and Shoe Covers. The primary objective of this standardization initiative is to achieve a best value determination that represents the clinically preferred product or source at the best possible price. It is also intended that standardized product be obtained through the DoD Prime Vendor Program. The major facilities in the area include but are not limited to Wright Patterson Air Force Base Ohio, Scott Air Force Base Illinois, Naval Health Clinics of Great Lakes Illinois, Blanchfield Army Community Hospital Ft Campbell Kentucky, and Ireland Army Community Hospital Ft Knox Kentucky. This standardization action 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 products. This RFRIAQ 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 their 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 June 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 Phyllis Targett 937-257-9075 phyllis.targett@wpafb.af.mil B. Products & Performance Required The Heartland Region is seeking product line items in the category of Head and Shoe Covers. The estimated total volume for this region for this product line is $24,791. This is based on historical prime vendor sales for a 12-month period. At the request of the Heartland 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 DAPA holders interested in participating in this standardization initiative should email their (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to phyllis.targett@wpafb.af.mil (937)257-9075 before 4:00 P.M. EST 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 be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Region that its initial submission, quote and literature actually arrived at the Region via email. Each submitting vendor is advised to confirm receipt, allowing adequate time for resubmission before the due date/time, should a problem occur with the first submission. Vendors that fail to meet the submittal deadline will be disqualified. 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 Heartland Region. They are the decision makers for this initiative. Phase I. Vendors will be required to provide responses to the technical/company criteria. The responses will be reviewed under the purview of the TPRB to determine acceptability. After review of the technical/company criteria, those vendors who meet the criteria will be invited to participate in the clinical/performance evaluation. All technical criteria are equally weighted. Phase II. The TPRB will request samples from the product group to be non- clinically evaluated at select Military Treatment Facilities. Vendors are required to ship samples direct to the MTFs. A three-week period will be allotted to vendors for shipment. Samples must be received by COB at 4PM local time, 21 calendar days after request. Vendors failing to deliver by the deadline will be disqualified from further consideration in the standardization process. The MTFs will evaluate the clinical/performance criteria using a Likert-like one to five rating scale where one is equal to not acceptable and five is equal to highly acceptable. All criteria are weighted equally. The TPRB has set a 3.75 acceptability threshold for all product groups. Clinical/performance results lower than 3.75 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 3.75 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 Heartland Region. Vendors who fail to offer discounted prices will be disqualified from RIA award consideration. 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 for a two-year base period with the option to extend for one or two-years (not to exceed 5 years). Vendors that fail to offer an incentive discount from DAPA will be disqualified. 1. Technical/Company Criteria Evaluation The TPRB will review the following technical 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 quoter?s 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, or is obtaining a DAPA for the items; 4) the quoter has, or is obtaining, a distribution agreement covering the items with the Prime Vendor for the region; and 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); and 6) the quoter?s information provided is factually correct (any misrepresentation of information will disqualify the vendor from further consideration.) 1. Does your company manufacture and/or distribute a complete line of Head and Shoe Covers? 2. Are your products available through the Prime Vendor? 3. What is your DAPA number for this product line? 4. Under what brand(s) does your company manufacture or distribute your product? 5. Under what standards is your product manufactured? 6. Do your head and shoe covers meet OSHA standards? 7. Are your products latex free? 8. Will your company offer discounts off DAPA for all products included in this standardization initiative (note that vendors that fail to offer a discount from DAPA will be disqualified)? 9. What types of head and shoe covers does your company manufacture? Do these include shoe covers that go up to the knees? 10. What level of protection do your head and shoe covers offer? 11. What materials are your shoe and head covers made of? Are these materials low lint? 12. Are your products designed to resist tearing under normal use? 13. What sizes do your head and shoe covers come in? Do you have sizes for shoes greater than size 10? 14. Does your company offer a one-size fits all for head and shoe covers? Does this size cover the entire shoe up to the ankle? 15. Are your head covers designed to minimize microbial dispersal? 16. Are your head covers designed to cover the head, side hair, facial hair, sideburns, and neckline? 17. Are your shoe covers made of non-slip material? 18. Are your shoe covers designed to cover most styles of shoes and up to the ankles? 19. Are your shoe covers leak proof? 20. What types of educational tools or materials do you have for this product line? 21. What kind of staff training does your company provide? 22. Does your company provide 24/7 customer service? 23. Is there any history of backorders, recalls, and/or adverse events for this product line? If yes, please provide dates and duration, cause, and resolution. 2. Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products in non-clinical setting based upon on the following evaluation criteria to determine acceptability. 1. The product is low lint. 2. The head cover offers complete coverage of the head, side hair, facial hair, sideburns, and neckline? 3. The shoe cover offers complete coverage of the shoe to the ankle or knee. 4. The shoe covers are non-slip. 5. The product withstands tearing under normal conditions. 6. The product protects from fluid contact. 7. The size and type of the product is easily identified form the packaging.
 
Place of Performance
Address: 88th Medical Group/ MDSS/ SGSL/ TRBO, 4881 Sugar Maple Dr., Bldg 830, Wright-Patterson AFB, OH, ,
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01277899-W 20070422/070420220806 (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.