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 -- TRICARE Northwest, Southwest and Pacific Regions announce a request for Regional Incentive Agreement Quotation (RFRIAQ) for the evaluation and possible standardization of Respiratory Therapy/Oxygen Deliver Products.

Notice Date
4/30/2007
 
Notice Type
Sources Sought
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU00307OXYPRODS2
 
Response Due
5/28/2007
 
Archive Date
7/27/2007
 
Small Business Set-Aside
N/A
 
Description
TRICARE Northwest, Southwest, and 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, A laska, Hawaii, Guam, Japan, Okinawa, and Korea announce a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Respiratory Therapy/Oxygen Delivery Products. This is a republication of a previous FedBizOpps Notice W91YU003 07OXYPRODS that supersedes that notice and sets a new closing date of May 28, 2007. Vendors previously responding to FedBizOpps Notice W91YU00307OXYPRODS will be notified of their inclusion in the evaluation and need not resubmit unless resubmission meets a business need. The product category includes, but is not limited to, oxygen masks, tubing and nasal cannulae used to administer oxygen to patients. The primary objective of this standardization initiative is to achieve a best value determination that r epresents the clinically preferred product or source at the best price possible. It is also intended that standardized products be obtained through the DoD Prime Vendor Program. The major facilities in the area include, but are not limited to, Madigan Arm y 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, Naval Medical Center S an 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, Tripler Army Medical Center, Naval Hospital Guam, Naval Hospital Yokosuka, Naval Hospital Okinawa, 374th MDG Yokota, and 35th MDG Misawa. 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 (DAP A) 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 P rime 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 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 o ption periods. Anticipated award date is October 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 is: Pat Cordier, RN, MSN, CNOR at (253) 968-0898; Email - Patricia.Cordier@us.army.mil B. Products & Performance Required The Northwest, Southwest, and Pacific Regions (LSA-West) are seeking product line items in the category of Respiratory Therapy/Oxygen Delivery Products used to delivery and provide oxygen to hospital patients. The estimated total volume in the three Regions for this product line is over $213K annually. At the request of the Northwest, Southwest and 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 ve ndor 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, E-mail address), your answers to the technical questions/criteria below and electronic product l iterature to the following individuals no later than May 28, 2007: Patricia Cordier, RN, MSN: Patricia.Cordier@amedd.army.mil Cindy Ingrao, RN, MSN: Cynthia.ingrao@med.navy.mil Cheryl Janus, RN, MBA: 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. D. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing board of the standardization process for each Region participating in this initiative. This board includes clinicians and logisticians from all of the Military Treatment Facilities within the Nor thwest, Southwest and Pacific Regions. 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 clin ical/performance evaluation. The TPRB will request samples from the product group to be 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. Vendors fa iling 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, based on committed volume of 80% of the total requirements for LSA-West, for analysis. Vendors wh o fail to offer discounted prices could be excluded from RIA award consideration. Pricing will be evaluated based on best value to the for a two-year period with (3) three possible one-year option periods (not to exceed a total of 5 years). The MTFs will evaluate the clinical/performance criteria using a Likert like scale with a 1-7 scoring format (1 = Strongly Disagree; 2 = Disagree; 3 = Slightly Disagree; 4 = Undecided; 5 = Slightly Agree; 6 = Agree; 7 = Strongly Agree). The CPT has set a t hreshold of 4.1 for acceptability of products for standardization. All clinical criteria are weighted equally. Clinical/performance results lower than 4.1 will not be considered acceptable and will be disqualified from further consideration in the standardization process. The results of the clinical evaluation of the products are the most important factor to the TPRB when making a best value decision. The TPRB considers pricing a secondary factor. Technical Criteria Evaluation The TPRB will review the following technical criteria responses from each vendor and determine acceptability: Technical Company Criteria: 1. Does your company provide a full range of Oxygen Delivery Products to include face masks, non-rebreathing masks, face tents, cannulae, venturi masks, and tubing? List the different sizes your company provides for each product to include adult, infant, pediatric and neonatal sizing. 2. List the brands available from your company and note next to each brand whether the product is manufactured or distributed by your company. 3. How are your oxygen delivery products packaged? (For example, each mask is individually wrapped and comes 10 packages to a box.) 4. What, if any, accessories for oxygen delivery supplies does your company provide (i.e., adaptors, connectors etc.)? Describe how your accessories fit securely to the oxygen delivery products. 5. List the different lengths of tubing available for cannulae products manufactured or distributed by your company. 6. List the different lengths of tubing available for all mask products (including non-rebreathing and venturi) manufactured or distributed by your company. 7. Provide a description of any adaptors used in your cannulae and mask products. 8. Does your company use non-toxic color-fast dyes for labeling on your products? 9. Are your companys oxygen delivery products latex-free? 10. Does your company currently possess, or is currently in process of obtaining a Distribution and Pricing Agreement (DAPA) with Defense Supply Center, Philadelphia? If so, please provide the DAPA number(s) for this product group. 11. Does your company have, or is in process of obtaining, a Distribution agreement with Cardinal Healthcare covering the products in this announcement? 12. Provide plan for servicing supply requirements for the product lines covered by this Regional Incentive Agreement (RIA) for the Regions that are part of this RIA (TRICARE Northwest (Washington and Alaska), Southwest (California), and Pacific (Hawaii, Guam, Japan, Okinawa, and Korea)). 13. Provide your companys return goods policy. 14. Does your company offer volume discounts? 15. Does your company provide customer service support accessible via a toll-free number 24hrs/day 7 days/week? If not, what days/hours are covered? 16. What types of educational tools or materials do you have for this product line? 17. 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 18. Are your products suitable for use in a field setting? 19. Describe your companys proposed implementation plan if your company enters into an agreement with TRICARE Northwest region. 20. Have there been safety alerts issued by any governmental or accreditation agencies regarding the safety of your products? 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 med ical/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, an agreement covering the items, with Cardinal Health, the Prime Vendor for the region. Clinical Criteria: 1. Face masks are available in standard and elongated style. 2. Cannulae and mask product lengths allow for patient movement without compromising oxygen delivery to the patient. 3. Available adaptors do not impede oxygen delivery. 4. Accessories, when used, fit securely to the applicable product. 5. Face masks are comfortable to wear as evaluated through clinician and/or patient trials. 6. Face mask straps are easy to adjust. 7. Face, non-rebreathing, venturi and cannulae products do not have a noxious odor as evaluated through clinician and/or patient trials. 8. Face masks have secure fit to adaptors. 9. Non-rebreathing mask has low resistance check valve to prevent re-breathing and allow exhaled gas to escape (3 valves). 10. Venturi mask has adjustable oxygen settings from 24% to 50%. 11. Venturi mask has a high humidity adaptor. 12. Cannulae product is easy to adjust. 13. Cannulae products are available in standard and crush resistant tubing. 14. Tubing is available in various lengths. 15. Tubing is crush-resistant. 16. Corrugated tubing has cuttable sections every 6 inches.
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
Country: US
 
Record
SN01284283-W 20070502/070430220941 (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.