Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOURCES SOUGHT

65 -- Safety Phlebotomy Products

Notice Date
8/24/2007
 
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-T9011
 
Response Due
9/22/2007
 
Archive Date
11/21/2007
 
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 In centive Agreement Quotation for the standardization of Safety Phlebotomy Products. The primary objective of this standardization initiative is to standardize the quality of care across this region based on a best value determination for safety phlebotomy products that represents the clinically preferred product or source at the best poss ible price. It is also intended that standardized products 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,DAPA , 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 th e 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 September 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. A multiple award is only a possibility if no single vendor can meet the total requirement of the Region. 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 Safety Phlebotomy Products. The estimated total annual volume for this product line in the Europe Region for this is $92,246. 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 should email their,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 e-mail responses. This process will include vendor requirements for providing electronic responses to technical criteria, for providing samples to evaluate at no charge and complete product literature for clinical evaluation purposes, and for submitting electronic best pric e 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 above POC for the Europe Region TRBO that its initial submission, quote, and literature actually arrived at the Europe Region TRBO via e-mail. Each submitting ve ndor 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 will be disqualified. D. Source Selection Procedures. 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: Technical/Company Evaluation Process. 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 qualified vendors who meet the criteria will be invited to participate in the clinical/performance evaluation. Phase II: Clinical/Performance Evaluation Process. The CPT determined that this product line would be evaluated using both a literature review and a hands-on evaluation in a non-clinical setting. As a result, review and samples for this product group will be clinically evaluated at select Military Treatment Facilities. Vendors are required to ship literature and samples to the Europe TriService Regional Business Office,TRBO,. Vendors will be given 10 business days to ship samples. Literature and sam ples 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 consideration in the standardization process. Vendors must forward a verificat ion of shipment to the TRBO. Designated MTFs will evaluate the clinical/performance criteria using a Likert scale of one to five rating. One is equal to not acceptable, two is equal to minimally acceptable, three is equal to acceptable, four is equal to most acceptable, and five is e qual to highly acceptable. All clinical/performance criteria are weighted equally. The CPT has set a 3.00 acceptability threshold for all product groups. Clinical/performance results lower than 3.00 will not be considered acceptable and will be disqualifi ed from further consideration in the standardization process. Phase III: Pricing Analysis Process. 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 o ffer based on committed volume of 80% of the total requirements of the MTFs in the Europe Region. Qualifying vendors will be given ten,10, business days to provide the TRBO their pricing proposals by email in a prescribed format. Vendors failing to provi de their pricing proposals by the deadline will be disqualified from further consideration in the standardization process. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considered significantly more important than cost or price. As the offers become more technically equal, price will become more important. Pricing will be evaluated bas ed on best value to the government. Pricing proposals are to be founded on a committed volume for a two-year base period with possible one-year option periods not to exceed a total of five,5, years. Vendors that fail to offer an incentive discount from D APA 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 o f 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 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 initiat ive,vendors that fail to offer a discount from DAPA will be disqualified,; and 6, the quoters information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. Technical/Company Criteria: 1. Does the vendor, a manufacturer or distributor, have a full line of Safety Phlebotomy products for use in adult, pediatric, and neonatal populations? Safety Phlebotomy products include wing sets, holders, safety needles for holders, tourniquets,non-late x, capillary tubes, and microtainers. If yes, provide itemized brand,s, and styles that are manufactured and/or distributed for Safety Phlebotomy products. 2. Does the vendor have, or is the vendor in the active process of applying for a DAPA number for Safety Phlebotomy products? If yes, provide DAPA number. 3. 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., 4. Does the vendor have an agreement with the prime vendor,currently Owens & Minor, for distribution in the Europe Region? If yes, provide prime vendor conversion number. 5. Does your company have a history of back orders and/or recalls for the Safety Phlebotomy products? If yes, explain in detail the, dates and duration, cause, and resolution. 6. Is there a local vendor representative in the Europe Region for Safety Phlebotomy products? If so, please provide their contact information. 7. Does your company have an educational program offering staff training and/or continuing educational units,CEUs,? 8. Does your company provide a 24/7 customer service for Europe-based US military facilities? 9. Does your companys product line of Safety Phlebotomy product line items comply with the Occupational Safety and Health Administrations,OSHA, requirements for use by clinical personnel per the Needle Stick Prevention and Safety Act to prevent the sprea d of blood borne pathogens? If yes, explain how your company complies with OSHA requirements. 10. Is your Safety Phlebotomy products made from materials or contain materials, lubricants, coating, or additives that do not adversely influence or affect the test results obtained when wing sets, capillary tubes, safety holder needles, and microtainers are used as intended? If yes, provide the study or analysis providing the proof of the material inertness for these products. 11. Are your Safety Phlebotomy products compatible with most or all manufacturers of blood collection product line items, i.e. Vacutainer tubes? 12. Are your safety phlebotomy product items latex free and clearly labeled as such? 13. Do your product items have markings that identify the product as shown on the package label? 14. Are your product items FDA approved for use in laboratory and patient care settings when used in conjunction with blood collection? Provide the memo or proof of FDA approval. 15. Are educational and instructional materials for Safety Phlebotomy product items provided as package inserts in every box? 16. Does your company provide electronic and hard copy proposed pricing and competitive product cross reference in electronic excel format upon request? 17. Are your Safety Phlebotomy products made from material that has sufficient strength for clinical use? 18. Do your Safety Phlebotomy products involving needles have a safety retraction and/or protection system that is easily activated? 19. Do straight phlebotomy needles and wing,butterfly, sets have a one-handed safety device? 20. Are your capillary tubes capable of withstanding an acceleration of 2200 relative centrifugal force,RCF, when they contain a specimen? 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 and sample evaluation in a non-clinical setting, based upon on the following evaluation criteria to determine ac ceptability. Wing Sets: 1. The gauge of the safety phlebotomy wing set is clearly identified by color code or number. 2. The safety phlebotomy wing set is easy to use and requires minimal training. 3. Translucent shield provides visualization of flash after needle penetrates vein. 4. Allows easy one or two-handed activation of the safety mechanism. 5. The safety phlebotomy wing set is individually packaged. 6. The needle is sharp with a well-defined bevel. 7. The length of connecting tubing between needle and holder connector is sufficient for clinical use. 8. If there are expiration dates, they are printed on box as well as individual package. 9. All expiration dates are greater than one year from shipment to supplier. Safety Needles for Holders: 1. The gauge of the safety needle is clearly identified by color code or number. 2. The safety needle is easy to use and requires minimal training. 3. The safety needle is sharp with a well-defined bevel. 4. The attachment of the safety needle to the holder is easy and secure. 5. Translucent shield provides visualization of flash of blood after needle penetrates vein. 6. The safety needles safety device is easily activated. 7. If there are expiration dates, they are printed on box as well as individual package. 8. All expiration dates are greater than one year from shipment to supplier. Holders: 1. The safety phlebotomy holder is clearly identifiable outside of its package. 2. The safety phlebotomy holder set is easy to use and requires minimal training. 3. Safety holders are available in different styles and sizes to meet clinical needs. 4. Fits conveniently on phlebotomy tray. 5. Holder has a universal connector that will conveniently fit and work with all sizes and types of safety needles and tubes. Tourniquets: 1. The tourniquet is clearly identifiable outside of its package. 2. The tourniquet is easy to use and requires minimal training. 3. Convenient packaging allows for easy one-at-a-time dispensing of tourniquets that facilitates a single-use policy. 4. Fits conveniently on phlebotomy tray. Microtainers: 1. The blood collection microtainer tube is clearly identifiable outside of its package. 2. The blood collection microtainer tube is easy to use and requires minimal training. 3. Scoops are translucent and cover only a small area at contact point, for visibility of the puncture site. 4. Tubes are made of plastic. 5. Scoops are plastic, and easily attachable and detachable for replacement of cap. 6. Packaging comes with at least one scoop and one cap per tube. 7. Expiration dates are printed clearly on all packaging. Capillary Tubes: 1. The capillary tube is clearly identifiable outside of its package. 2. The capillary tube is easy to use and requires minimal training. 3. Tubes are made of plastic, not glass. 4. Tubes are packaged in such a way to allow for easy dispensing one at a time.
 
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
SN01384647-W 20070826/070824222318 (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.