Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2007 FBO #1983
SOURCES SOUGHT

65 -- Standardization of Pre-Filled Syringes (Saline) for 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
4/30/2007
 
Notice Type
Sources Sought
 
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-3012
 
Response Due
5/21/2007
 
Archive Date
7/20/2007
 
Small Business Set-Aside
N/A
 
Description
A. General Information The Pacific Region (TRBO Reg 12), a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Korea announces a Request for Regional Incentive Agreem ent Quotation (RFRIAQ) for the standardization of Pre-Filled Syringes (Saline). 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 D oD Prime Vendor Program. The major facilities in the region include 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 standardization action 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 Agr eement (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 i s a supplement to the Prime Vendor Program and is not a contract. For additional information regarding DSCPs Prime vendor program please access their web site at https://dmmonline.dscp.dla.mil The agreement will be for a base period of two years (24 months) from date of award with three 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 det ermined utilizing Best value/ trade off criteria. Point of Contact Cheryl Janus, TRBO Clinical Analyst, 808-433-7985, cheryl.janus@amedd.army.mil B. Products & Performance Required The Pacific Region is seeking product line items in the category of Pre-Filled Syringes (Saline). For this product line, the yearly estimated total usage/forecasted requirement for this region is $111,961.00. This forecast is based on historical prime vend or 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 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 cheryl.janus@amedd.army.mil. Submissions must be received prior to the specified closing date/time of this solicitation. Vendors that fail to meet the submittal deadline will be disqualified. 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 s ecurity, etc., vendors are strongly encouraged to confirm with the Regional POC that their 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. 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 the Military Treatment Facilities within the Pacific Re gion. They are the deciding officials 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. All technical/company criteria are weighted equally. After review of the tec hnical/company criteria, those vendors who meet these criteria will be invited to participate in the clinical/performance evaluation. Phase II. The TPRB will request samples from the product group to be clinically evaluated at select Military Treatment Facilities (MTFs). Vendors are required to ship samples direct to the designated MTFs. Vendors will be given 15 business days to ship sa mples. Samples must be shipped to arrive at the MTF by COB, 4PM local time, on the (15th) business day after the notice to ship. Vendors failing to deliver by the deadline will be disqualified from further consideration in the standardization process. Specific MTFs will evaluate the clinical/performance criteria using a likert type scale, using a one to five rating. One is equal to not acceptable and five is equal to highly acceptable. All clinical/performance criteria are weighted equally. The TPRB h as set a 3.75 minimally acceptability threshold for all product groups. Clinical/performance results lower than 3.75 will not be considered acceptable for standardization and will be disqualified from further consideration in the standardization process. T he Government reserves the right to conduct evaluations in either a non-clinical or clinical setting or both. Phase III. After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who met the minimum 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 Pacific Region. Clinical/performance and technical/company 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). 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 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, or is obtaining a DAPA for the items; 4) the quoter has, or is obtaining, an agreement covering the items, with Cardinal Health, the P rime 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); and 6) the quoters information provided is f actually correct (any misrepresentation of information will disqualify the vendor from further consideration.) a. Does your company manufacture and/or distribute a complete line of Pre-Filled Syringes (Saline)? b. Are your products available through the Prime Vendor, Cardinal Health? c. What is your DAPA number for this product line? d. Under what brand(s) does your company manufacture or distribute your product? e. Under what standards is your product manufactured? f. Under what regulatory and/or advisory agency are your products classified? Are your products approved by these agencies? g. Please provide a list of the products your company offers for this product line. h. Are your products latex free? i. What types of educational tools or materials do you have for this product line? j. What kind of staff training does your company provide? k. Does your company provide 24/7 customer service? l. 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 m. 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) n. Do your syringes come capped and sterile in a package that can be delivered to a sterile field? o. What tip styles are available for your syringes? p. Are your syringes compatible with all needless intravenous access systems? q. How are your syringes identified? r. What measures has your company used to avoid confusion between medications in an identical syringe? 2. Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from multiple disciplines will evaluate the products based upon on the following evaluation criteria to determine acceptability. 1. Product is easy to identify from package. 2. Product is easy to open. 3. Product allows for aseptic delivery to a sterile field. 4. The labeling is easy to read 5. Fluid can be easily viewed in the barrel. 6. Product is compatible with your needless intravenous access system
 
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
SN01284277-W 20070502/070430220935 (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.