Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOURCES SOUGHT

65 -- Sterile Powder-Free Surgical Gloves

Notice Date
8/23/2007
 
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-T9009
 
Response Due
9/22/2007
 
Archive Date
11/21/2007
 
Small Business Set-Aside
N/A
 
Description
A. General Information: The Central TRBO Region, a military integrated delivery network comprised of 42 Army, Navy, and Air Force medical treatment facilities (MTFs) in the states of Arizona, Arkansas, Colorado, Idaho, Kansas, Louisiana, Missouri, Ok lahoma, Nebraska, Nevada, New Mexico, North Dakota, South Dakota, Texas, Utah, and Wyoming, announces a Request for Regional Incentive Agreement Quotation for the standardization of Sterile Powder-Free Surgical Gloves. The primary objective of this standa rdization initiative is to achieve a best value determination for Sterile Powder-Free Surgical Gloves products that represent the clinically preferred product. 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 Brooke Army Medical Center Fort Sam Houston TX, Wilford Hall Medical Center Lackland AFB, TX, Darnall Army Medical Center, Fort Hood, TX, Reynolds ACH Fort Sill, OK, William Beaumont Army M edical Center Fort Bliss, TX, 10th Medical Group USAF Academy, CO, Evans ACH Fort Carson CO, Fort General Leonard Wood ACH, MO, Fort Riley, KS, 99th Medical Group Nellis AFB, NV, and Bayne-Jones ACH Fort Polk, LA. This initiative is part of the Medical/Sur gical 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 Agreement (DAPA) AND a separate commercial agreement with the DoD Prime Vendor(s) 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 items. This is a supplement to the Prime Vendor program and it is NOT a co ntract. For additional information regarding DSCPs Prime Vendor program please access the web site at: https://dmmonline.dscp.dla.mil. The Tri-Service Regional Business Office (TRBO) will provide anticipated volume (quantity) based on historical usage/fo recasted 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. The anticipated award date is December 2007. The overall evaluation will be based upon technical, clin ical, and pricing factors. Technical and clinical factors are the most important evaluation factors. Clinical/Performance evaluation is more important than the price. Price is a consideration but is less important than technical and clinical factors. T he final award recommendation will be determined by utilizing the best value/trade-off criteria. B. Products and Performance Required: The Central Region is seeking a vendor that can supply Sterile Powder-Free Surgical Gloves products. The estimated total volume for this region in this product line is $1,015,939.00 based on historical sales for a 12 -month period. C. Instructions to All Offerors: INTERESTED RESPONDENTS MUST PROVIDE DETAILED HARD COPY RESPONSES TO THE TECHNICAL CRITERIA REQUIREMENTS STATED WITHIN THIS NOTICE BY 3PM CST ON 22 September 2007. THOSE COMPANIES THAT DO NOT RESPOND BY THIS DATE WILL BE E LIMINATED FROM CONSIDERATION. Interested offerors should respond with hard copies of the following information: company name, point of contact, address, phone number, fax, email address, solicitation number, DAPA number and complete answers to the technic al criteria. Responses should be sent via your preferred delivery carrier with a requested return receipt and/or tracking number to Mr. Jim Quinn, Tri-Service Regional Business Office, 7800 IH-10 West, Suite 220, San Antonio TX 78230. (ELECTRONIC SUBMISSI ONS ARE NO LONGER ACCEPTED) Contact Mr. Jim Quinn at (210) 292-3295 prior to the closing date of this solicitation with any further questions. If your company is not a current DAPA holder for this product line, contact DSCP, Ms. Kim Nichols at (215) 737- 7124 or email Kim.nichols@dla.mil to apply for a DAPA. 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 Central Region. They are the deci sion makers for this initiative and evaluate the recommendations from the Clinical Product Team (CPT). The CPT is comprised of medical professionals from several disciplines applicable to the product line under review. The CPT will initially rate the tech nical criteria. A rating of zero on technical criteria number one will disqualify the vendor from further participation in this solicitation. All other technical criteria will be weighted equally. Vendors achieving an overall technical score of 26 or hi gher will be invited to participate in the clinical evaluation. Those receiving a technical rating below 26 will be notified of their elimination from further participation. Those vendors who meet the technical criteria will be invited to participate in the clinical evaluation and will be asked to supply samples for evaluation and submit a best price offer. Vendors are required to supply samples at no cost to the government. A three-week period will be allotted to vendors to supply evaluation products. Vendors failing to supply samples will be disqualified from further consideration in the standardization process. The CPT will evaluate Sterile Powder-Free Surgical Gloves products and recommend the preferred product based upon clinical evaluation of the products. The CPT will evaluate the clinical criteria using a Likert-like one to five rating scale from one (Strongly Disagree - worst score) to five (Strongly Agree - best score). All clinical criteria are weighted equally. Minimum clinical acceptabil ity is considered a total average score of three or above on a five scale rating. Clinical results lower than three will be considered unacceptable and products will be disqualified from further consideration in the standardization process. 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 should submit a best price offer based on committed volume of 80% of th e total requirements of the MTFs in the Central Region and with required discounted pricing off DAPA price based on both a single vendor award and the potential for a multi-vendor award. However, multi-vendor award pricing proposals will not be evaluated as part of the selection. The selection of a single vendor is anticipated. However, the Government reserves the right to make two or more selections for RIAs. E. Technical Criteria Evaluation: The Clinical Product Team (CPT) will review the following technical criteria responses from each vendor and determine acceptability. Acceptability for purposes of evaluation of technical criteria includes responses to al l questions in this section that demonstrate the business concern offering the quote is a distributor or manufacturer of the subject medical/surgical consumables; and, 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. Any misrepresentation of information will disqualify the vendor from further consideration. 1. Company supplied DAPA number or DAPA log number documenting request for DAPA, with solicitation response. (0 = no; 5 = yes) Note: a rating of zero on technical criteria number one will disqualify the vendor from further participation in this solicitati on. 2. Company has, or is obtaining, an agreement covering the offered item, with Cardinal Health, the Prime Vendor for the Central Region. (0 = no; 5 = yes) 3. Vendor provided an itemized list of the brand(s) and styles of products they are offering for this solicitation that encompass, at a minimum, the following items: 1. Latex  Low Protein, Powder Free 2. Latex Free  Powder Free 3. Chloroprene  Powder Free 4. Polyisoprene Powder Free 5. Thin (enhanced tactile sensitivity) 6. Orthopedic low protein , Powder Free 7. Underglove, latex low protein, Powder Free 8. Underglove, latex free, Powder Free 9. All gloves offered in sizes 5.5  9.0 (0 = no list; 3 = offers some, but not all, of requested products; 5 = complete list provided) 4. Vendor provided documentation that identifies the companys return policy for defective product. (0 = no policy; 5 = policy in place) 5. Vendor provided documentation that identified dedicated vendor resources/capability to support CPT evaluation and staff training during the evaluation. (0 = no support resources outlined; 5 = support resources outlined) 6. Vendor provided documentation that outlined a conversion plan to transition and maintain use of their product within the Central Region. (0 = no conversion plan outlined; 5 = conversion plan outlined) 7. Vendor provides 24/7 customer service. (0 = no customer service; 3 = provided, but less than 24/7; 5 = 24/7 provided) 8. Vendor provided documentation that Protein level testing is conducted following either FDA  D5712 Modified Lowry or FDA  D6499 ELISA (0 = no; 5 = yes) 9. Vendor provided documentation of Chemotherapy testing in accordance with ASTM Standard 6978 (0 = no; 5 = yes) 10. Vendor provided documentation of Endotoxin testing in accordance with ASTM Standards 7102 (0 = no; 5 = yes) F. Clinical Criteria Evaluation: Following acceptability of the technical criteria, the TRBO, on behalf of the CPT, will request samples from the product group to be evaluated at selected MTFs. Clinical factors will be weighted equally. 1. Easy to don, (able to put gloves on with dry or damp hands). 2. Provides good barrier protection (able to easily detect a puncture, single or double gloved). 3. Durable (glove is resistance to tearing or puncture during use). 4. Maintains Fit over time (fingers, palm, and cuff dont stretch, bunch or deform) 5. Provides good tactile sensitivity (able to feel small objects through gloves) 6. Allows good grip (can grasp and hold wet or dry objects). 7. Comfortable (hands do not cramp or fatigue easily due to gloves) 8. Tape and/or labels are easily removed from gloves.
 
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
SN01383172-W 20070825/070823222241 (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.