Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOURCES SOUGHT

65 -- TriService Heartland Medical Material Standardization for IV Infusion Pumps, Tubing, and Supplies

Notice Date
6/18/2007
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 74th Medical Group-Wright Patterson Medical Center, Bldg 830 4881 Sugar Maple Dr, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
45433
 
Solicitation Number
R5-06-18-07-061-IVPTS
 
Response Due
7/9/2007
 
Point of Contact
Phyllis Targett, Clinical Analyst IV, Phone 937-257-9075, Fax 937-656-1157, - Phyllis Targett, Clinical Analyst IV, Phone 937-257-9075, Fax 937-656-1157
 
E-Mail Address
phyllis.targett@wpafb.af.mil, phyllis.targett@wpafb.af.mil
 
Description
A. General Information: The Heartland Region, TRBO Region 5, a military integrated delivery network, comprised of 5 Army, Navy, and Air Force, medical treatment facilities (MTF's) in Ohio, Kentucky, and Illinois announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of IV Infusion Pumps, Tubing and Supplies. 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. A single selection is intended in this project; however, the Heartland Region acknowledges the possibility of multiple selections for this agreement. It is also intended that standardized product be obtained through the DoD Prime Vendor Program. The major facilities in the area include but are not limited to Wright Patterson Air Force Base, Ohio, Scott Air Force Base Clinics, Illinois, Naval Health Clinics Great Lakes, Illinois, Blanchfield Army Community Hospital, Ft Campbell Kentucky, and Ireland Army Community Hospital, Ft Knox, Kentucky. 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 Agreement (DAPA) with the Defense Supply Center Philadelphia (DSCP) 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 items. This is a supplement to the Prime Vendor Program and it is NOT a contract. For additional information regarding DSCP?s Prime Vendor program please access the web site at: https://dmmonline.dscp.dla.mil The agreement with incentive pricing will be based on a committed volume for a base period of two (2) years (24 months) from the date of award with three (3) - 12 month option periods (not to exceed 5 years). A single selection is intended in this project; however, the Heartland Region acknowledges the possibility of multiple selections for this agreement. Consideration will be based on best value to Government, based on evaluation of factors listed here. Anticipated award date is September 2007. The products will be evaluated on clinical, technical, and pricing factors. The award will be determined utilizing Best Value/trade off criteria. Point of Contact is Phyllis Targett 937-257-9075 phyllis.targett@wpafb.af.mil B. Products and Performance Required The Heartland Region is seeking product lines in the category of IV Infusion Pumps, Tubing and Supplies. The yearly estimated total volume for IV Infusion Pumps, Tubing and Supplies is $303,766.66. This is based on the historical prime vendor sales for a 12-month period. At the request of the Heartland 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 brand, types and packaging information of the products offered by the vendor. C. Instructions to Offerors DAPA holders who are interested in participating in this standardization initiative should email their (1) Company name and address, (2) Point of Contact (Name and phone number, fax, email address, and Solicitation Number) to Phyllis Targett @ phyllis.targett@wpafb.af.mil (937) 257-9075 before 4:00 P.M. EST on the date listed for closing on the FBO announcement in order to remain competitive. Vendors that fail to meet the submittal deadline will be disqualified. This process will ultimately include vendor requirements of electronic responses to technical/company 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 security, etc., vendors are strongly encouraged to confirm with the Heartland Region that its 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 4:00 P.M. EST on the date listed for closing on the FBO announcement in order to remain competitive. Vendors that fail to meet the re-submittal deadline will 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 MTF?s in the Heartland Region. They are the final decision makers for this initiative. Phase I. Vendors will be required to the provide responses to the technical/company criteria. Vendors who do not meet the deadline for the solicitation response will be eliminated from the standardization process. The Clinical Product Team (CPT) comprised of medical professionals from several disciplines will review the responses and determine acceptability. After review of technical/company criteria, those vendors who meet the criteria will be invited to participate in Phase II, the clinical/performance evaluation. All Technical/Company Criteria are equally weighted. Phase II. The TRBO will request product samples from the product group to be evaluated in a clinical setting at select MTF?s. Vendors are required to ship samples direct to the MTF?s. A three-week period will be allotted to vendors for shipment. Samples must be submitted by COB at 4PM local time, 21 calendar days after request. Vendors failing to ship by the deadline will be disqualified from further consideration in the standardization process. Specific MTF?s will evaluate the clinical/performance criteria using a Likert like one to five rating scale ranging from one, which is equal to not acceptable and five, which is equal to highly acceptable. All clinical/performance questions are equally weighted. The CPT has set a 3.75 acceptability threshold for all product groups. Clinical/performance results lower than a 3.75 will not be considered acceptable and will be disqualified from further consideration in the standardization process. Phase III. After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who meet the minimum 3.75 threshold will be invited to participate in Phase III, pricing evaluations. All vendors will be asked to submit their best pricing offer based on committed volume of 80% of the total requirements of the MTF?s in the Heartland Region. Clinical/performance factors will be weighted more heavily than price. Pricing will be evaluated based on the 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. E. Technical/Company Criteria Evaluation In Phase I, 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 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 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 a DAPA for the items; 4) the quoter has a distribution agreement covering the items, with Owens and Minor, the current Prime 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 quoter?s information provided is factually correct (any misrepresentation of information will disqualify the vendor from further consideration.) Technical/Company Criteria 1. Does your company manufacture and/or distribute a complete line, to include but not limited to, IV Infusion Pumps, Tubing and Supplies? If yes, please list. 2. Are your products available through our current Prime Vendor, Owens and Minor? 3. What is your DAPA number for this product line? 4. Under what brand(s) does your company manufacture or distribute your product? 5. Under what standards is your product manufactured? 6. Do your pumps offer Dose Error Reduction System (DERS)? 7. 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)? 8. Did your pumps have Oct 03 ECRI Update ratings if yes month/year of update rating? 9. Did your pumps have Dec 04 ECRI Update ratings if yes month/year of update rating? 10. Pump can be operated with unprotected tubing? 11. Tubing is designed with ?needle-less? technology? 12. Tubing is compatible between different model pumps? 13. What is the bolus infusion compatibility? 14. Capable of micro-infusion rates less than 1ml/x? 15. Information screen includes Volume to be Infused (VTBI) prompt/display and is easy to see? 16. Pump has self time-adjusting date/time clock? 17. Availability of patient/family tamper-resistant ?lock-out?? 18. Do secondary line(s) have uphill occlusion alarms? 19. Is there a clear identification of infusion status on ALL channels/infusions including alerts, warnings, and alarms? 20. Do Dual/Multiple Channel pumps have channeling comparison alerts? 21. Are ?User Prompts? included in pump programming? 22. Is there a ?New Patient? prompt with each ?power up? or programming initiation? 23. Do all initial and subsequent programming changes require confirmation? 24. Is there flexibility of programmed ?soft? and ?hard? limits in DERS? 25. Is there availability of dosage/rate calculations for non-library drugs and/or standard IV solutions? 26. List the number of ?Clinical Areas? programmable in pump and software. 27. List the number of ?Drug Entities? programmable in pump and software. 28. List number of ?Dose Limit? entries programmable in pump and software. 29. Is there availability of event data retrieval system? 30. How long will the battery stay charged when unplugged? 31. Is the DERS event log separate from primary data log? 32. What is the status of the ?Nurse-Call System? interface technology? 33. What is the cost of the software licensing? 34. What is the cost of software maintenance? 35. What is the cost of software upgrades? 36. What is the cost of implementation consulting? 37. Is the availability of pumps/system-specific storage/transport devices (poles)? 38. Is there availability of comprehensive in-service ?Start-Up? programs? 39. Does your company provide customer service 24/7? 40. Do you have ?value-Adds? packages? 41. Are your pumps CT/MRI compatible? 42. What kind of staff training does your company provide? 43. Is there any history of backorders and/or recalls for this product group? If yes, please a. answer: b. Dates and duration c. Cause d. Resolution F. Clinical/Performance Criteria Evaluation Phase II, a CPT comprised of medical professionals from several disciplines will evaluate the products based upon the following evaluation criteria to determine acceptability against the following criteria. Clinical Criteria 1. Screen on pumps is easy to read. 2. Pump is easy to set up even in an emergency. 3. Tubing is easy to prime. 4. It is easy to remove air from tubing even if connected to patient. 5. Pump is easy to ?back prime?. 6. Pressure alarm is adjustable. 7. Alarms are heard/seen and problem area is easily detected. 8. Battery life is longer than 6 hours 9. Unlimited secondary infusion rate 10. Extensive list of drugs with frequently used rates 11. Pumps are easy to lock (ex press keys 1-2-3-4 lock) F. Price Evaluation Technical/company (Phase I) and Clinical/performance (Phase II) factors will be evaluated first. The technical/company and clinical/performance evaluation will determine who the acceptable offerors are. Then the quotes (Phase III) will be compared regarding incentive price and the TPRB will perform a technical/price trade off (i.e., very superior technical capabilities may justify paying a higher price). NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-OCT-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/74MG/R5-06-18-07-061-IVPTS/listing.html)
 
Place of Performance
Address: 88th Medical Group/ MDSS/ SGSL/ TRBO 4881 Sugar Maple Dr., Bldg 830 Wright-Patterson AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01426492-F 20071003/071001224833 (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.