Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOURCES SOUGHT

65 -- Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Blood Collection Tubes.

Notice Date
6/14/2007
 
Notice Type
Sources Sought
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
DADA09-07-T9007
 
Response Due
7/6/2007
 
Archive Date
9/4/2007
 
Small Business Set-Aside
N/A
 
Description
A. General Information The Europe Region (TRBO Europe), a military integrated delivery network, comprised of 55 Army, Navy, and Air Force medical treatment facilities in Germany, Italy, Portugal, Spain, Turkey, United Kingdom, and Southwest Asia announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Blood Collection Tubes. The primary objective of this standardization initiative is to achieve a best value determination for blood collection tubes that represents the clinically preferred product or source at the best possible price. It is also intended that standardized produ cts be obtained through the DoD Prime Vendor Program, via USAMMCE. The major facilities in the Region include but are not limited to Landstuhl Regional Medical Center, U. S. Army Hospital Heidelberg, 48th Medical Group RAF Lakenheath, 52nd Medical Group Spangdahlem, 86th Medical Group Ramstein, 39th Medical Group Incirlik , 65th Medical Group Azores, U. S. Naval Hospital Naples, U. S. Naval Hospital Rota, U. S. Army Health Center - Vicenza, U. S. Army Medical Activity Bavaria, 31st Medical Group Aviano, U. S. Naval Hospital Sigonella, U. S. Army 30th Medical Brigade, and U. S. CENTCOM. 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 for the program. This is pursuant to the DAPA clause by which DAPA holders agree to the standardization process and to allow the Prime Vendor to distribute their items. This is a supplement to t he Prime Vendor Program, and 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 (2) years (24 months) from date of award with three (3) 12-month option periods. Anticipated award date is July 2007. The evaluation will be based on clinical, technical, and pricing factors. The award will be determined utilizing Best value/ trade off criteria with pricing being least important. Point of Contact is Mrs. Marcee Whisenant, 011-49-6221-172109, marcee.whisenant@us.army.mil B. Products & Performance Required The Europe Region is seeking product line items in the category of Blood Collection Tubes. The estimated total volume for this product line in the Europe Region for this is $233,704. This is based on historical prime vendor sales for a 12-month period. At the request of the Europe Region Military Treatment Facilities, vendors will provide product support to sites if requested, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS informa tion, 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 email your (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to marcee.whisenant@us.army.mil Submissions must be received prior to the specified closing date/time of this sources sought notice. Vendors that fail to meet the submittal deadline will be disqualified. All interested offerors are to provide electronic responses by e-mail. This process will include vendor requirements of electronic responses to technical criteria, samples to evaluate at no charge and complete product literature for clinical evaluation, and submission of electronic best price offers. Due to the potential for e-mail to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Europe Region TRBO its initial submission, quote, and literature actually arrived at the Europe Region T RBO via e-mail. Each submitting vendor is advised to confirm receipt allowing adequate time for resubmissions before the due date/time should a problem occur with the first submission. As stated above, vendors that fail to meet the submittal deadline wil l 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 Europe Region. They are the decision makers for this initiative. Phase I: Vendors will be required to provide responses to the criteria. The responses will be reviewed under the purview of the Clinical Product Team (CPT) to determine acceptability. All technical/company criteria are equally weighted. After review of the technical/company criteria, those vendors who meet the criteria will be invited to participate in the clinical/performance evaluation. Phase II: The CPT will request literature review material from the product group to be clinically evaluated at select Military Treatment Facilities. Vendors are required to ship literature to the Europe TriService Regional Business Office (TRBO). Vendo rs will be given 10 business days to ship samples. Literature review material must be shipped to the TRBO by COB, 5:00PM EST on the 10th business day after the notice to ship. Vendors failing to ship by the deadline will be disqualified from further cons ideration in the standardization process. Vendors must forward a verification of shipment to the TRBO. Specific MTFs will evaluate the clinical/performance criteria using a Likert scale of 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 CPT has set a 3.0 0 acceptability threshold for all product groups. Clinical/performance results lower than 3.00 will not be considered acceptable and will be disqualified from further consideration in the standardization process. Phase III: After the technical/company and clinical/performance evaluations are completed and analyzed, all vendors in the clinical evaluation group who met the minimum 3.00 threshold will be asked to submit their best pricing offer based on committed vol ume of 80% of the total requirements of the MTFs in the Europe Region. Technical/company and 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 period with possible one-year option period s (not to exceed 5 years). Vendors that fail to offer an incentive discount from DAPA will be disqualified. 1. 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 t hat: 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 Owens & Minor, 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 quoters information pro vided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. Company Information: 1. What brand(s) and s tyles are manufactured and/or distributed for Blood Collection Tubes? 2. What are the industry production and safety standards used in manufacturing Blood Collection Tubes? 3. Does your company have a local vendor representative in the Europe Region? If yes please provide contact information; name, telephone, and e-mail. 4. What types of educational tools or materials are available for Blood Collection Tubes? 5. Does your company provide 24/7 customer service? Technical Criteria: 1. Does your company manufacture and/or distributes a complete line of Blood Collection Tubes to include but not limited to: a variety of tube types and volumes, e.g. adult tubes, pediatric tubes, and neonatal (bullet) tubes? 2. What is your DAPA number or the date that you submitted for a DAPA number for the product line Blood Collection Tubes? 3. Are your products available through the Prime Vendor, Owens & Minor, for distribution in the Europe Region? 4. Is there any history of back orders and/or recalls for the Blood Collection Tubes? If yes, please provide dates, duration, cause, and resolution. 5. What is your company return goods policy & warranties? 6. What kind of staff training does your company provide? 7. Is your company able to provide electronic and hard copy proposed pricing and competitive product cross reference in electronic excel format upon request? 8. Are your Blood Collection Tubes FDA approved for use in all laboratory testing? If yes, provide literature to support. 9. Are your tubes made of plastic or another kind shatterproof material? 10. For Blood Collection Tubes that require a proper ratio of blood to anticoagulant, are the tube labels marked with an appropriate draw line? 11. Does your company provide tubes with a closed system for needle puncture and reseal? 12. Are your Blood Collection Tubes capable of withstanding an acceleration of 2200 relative centrifugal force (RCF) when they contain a specimen? 13. Do your Blood Collection Tubes contain a closure that can be removed by gripping with fingers or by mechanical extractors? 2. Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products, using a literature review process method, based upon on the following evaluation criteria to determine acceptability. 1. Literature supports that tubes and lids fit multi-sample needles, safety needle collection systems and holders. 2. Literature supports that tubes can be used with equipment that uses cap-piercing. 3. Literature supports that lid colors are consistent with industry for test performed and offer protection against blood splatter. 4. Literature documents that vacuum draw is consistent and reliable. 5. Literature documents test results are consistent and reliable based on manufacture testing. 6. Literature supports that products do not require extensive training to use.
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01319151-W 20070616/070614221455 (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.