Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SOURCES SOUGHT

10 -- Standardization of Safety Phlebotomy for the Pacific Region TRBO Region 12, a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Korea

Notice Date
12/11/2007
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
W81K02-08-T-3004
 
Response Due
1/1/2008
 
Archive Date
3/1/2008
 
Point of Contact
Susan Hwang, 808-433-3686
 
E-Mail Address
Email your questions to Pacific Regional Contr Ofc TAMC
(susan.hwang@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A. General Information The Pacific Region-TRBO Region 12, a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Korea announces a Requ est for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Safety Phlebotomy. The primary objective of this program is to standardize the quality of care across the region based on a best value determination that represents the clinically preferred product or source(s) at the best possible price. It is also intended that standardized products be obtained through the Department of Defense Prime Vendor Program. The major facilities in the region include Tripler Army Medi cal Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, 121st Combat Support Hospital Seoul, 374th Medical Group, Yokota AB, and 18th Medical Group Kadena AB. This standardization action is part of the Medica l/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) 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 products. This RFRIAQ is a supplement to the Prime Vendor Program and is not a contract. For additional information regarding DSCPs Prime vendor program, please access their web site at https://dmmonline.dscp.dla.mil The resulting Regional Incentive Agreement (RIA) will be for a base period of two years (24 months) from dat e of selection with three 12-month option periods. Anticipated selection date is November 2008. The evaluation will be based on clinical, technical, and pricing factors. The Technical/Company and Clinical/Performance evaluation factors, when combined are c onsidered significantly more important than cost or price. As the technical and clinical evaluation results become more equal, price will become more important. The selection will be determined utilizing best value/trade off criteria. The selection of a si ngle vendor is anticipated. However, if no single vendor can meet the total requirement of the Region, the Government reserves the right to make two or more selections for RIAs. In this event, selection would be based on a combination of MTF preference and product availability. Point of Contact Cheryl Janus, RN, TRBO Clinical Analyst 808-433-7985, cheryl.janus@amedd.army.mil B. Products & Performance Required The Pacific Region is seeking product line items in the category of Safety Phlebotomy, which at a minimum includes the high volume line items below. Within this region, this product line has an estimated annual dollar requirement of $37,965. This forecast is based on historical prime vendor sales during a recent 12-month p eriod. The top high volume usage lines for this project include: Needle Blood Collection 21 gauge Eclipse; PKG DESCRIPTION: 48 EA/BX/10 BX/CS; Delivered Qty 178; Extended Price $30,285. At the request of the Pacific Region Military Treatment Facilities, vendors will provide educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, and itemization of the brands, types, and packaging information of the products supplied by the vendor.<BR > C. Instructions to Vendors 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 cheryl.janus@amedd.army.m il. Submissions must be received by 4:00 p.m. Hawaii Standard Time (HST) on the specified closing date/time of this solicitation. Vendors that fail to meet this submittal deadline will be disqualified from participating. This process will include vendor requirements to provide electronic responses to technical criteria, no charge samples for clinical evaluation, on-site in-person in-servicing, product li terature, education and training materials, and submission of electronic best price quotes. Due to the potential for email to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Regional POC stated above that their initial submission, quotes, and literature or other requested information has actually arrived at the Regional Tri-Service Business Office (TRBO) via email. Each submitting vendor is advised to confirm receipt, allowing adequate time for resubm ission before the due date/time, should a problem occur with the first submission. D. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing body of the standardization process. This board includes clinicians and logisticians from the Military Treatment Facilities within the Pacific Region. They are the deciding officials for this initiative. The Region intends to evaluate price quotes and select a vendor or vendor(s), without discussions. Vendor quotes sh ould contain the vendor's best product matches for the products or product lines requested in this announcement. Vendor quotes should contain the vendor's best responses to all technical and/or company questions listed in this announcement. Vendor quotes s hould contain the vendor's best tiered-pricing discounts off of the vendor's DAPA pricing (based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region). Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. Phase I: Technical/Company Evaluation Process Interested vendors are to respond to this FBO announcement by e-mailing their intent to participate to the above POC by the require d response date. Based on vendor responses, the TRBO POC will request detailed responses to the technical/company criteria from each vendor. Vendors are required to meet/provide responses to the technical/company criteria stated below. All technical/compan y criteria are weighted equally. The responses will be reviewed under the purview of the TPRB to determine the acceptability of each vendor. After the review of the technical/company criteria, those vendors who meet these criteria will be qualified/invited to participate in the clinical/performance evaluation. Acceptability for purposes of evaluation of technical/company criteria: generally, responses to all questions in this section demonstrate: (1) the business concern submitting the quote is a d istributor or manufacturer of a complete line of the subject medical/surgical consumables; (2) based on the vendors responses, the evaluators have reasonable confidence that the line or products and/or services submitted meet the medical standards of care of the community, applicable to such products or services; (3) the vendor has or is obtaining a DAPA for the items (vendors that fail to have a DAPA will be disqualified); (4) the vendor has, or is obtaining, an agreement covering the items with Cardinal Health, the Prime Vendor for the region (vendors whose products are not available through the regional PV will be disqualified); (5) the vendor intends to provide discounts off DAPA for all products included in this standardization initiative (vendors that fail to provide a discount from DAPA will be disqualified); and (6) the vendors information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. The following Technical/Evaluat ion Criteria have been established for this standardization initiative: 1. Vendor must manufacture and/or distribute a complete product line of Safety Ph lebotomy Devices. A complete line of product is defined as the MTFs requirements for usage items in the product line. Usage items are defined in the Medical/Surgical Prime Vendor contract statement of work as DAPA items ordered at least once per month, a nd at least one unit per order. At a minimum, the following items are required: a. Safety Phlebotomy Device  21 gauge needle. Provide certification of all brands of this product line that you manufacturer or distribute with the initial submittal.<B R>2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the Safety Phlebotomy product line. Provided the DAPA number or proof of the application process with the initial submittal. (Note that vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified). 3. Vendors must have a separate agreement with the regional prime vendor Cardinal Health for distribution in this Region and provide certification of this with the initial submittal. (N ote that vendors whose products are not available through the regional PV will be disqualified). 4. Vendors must provide discounts off DAPA for all products included in this standardization initiative. (Note that vendors that fail to provide a discount from DAPA will be disqualified). 5. Vendors must provide electronic and hard copy pricing quotes and competitive product cross-reference in electronic MS Excel format upon request. 6. Vendor must provide educational tools, product literature, and ma terials for Safety Phlebotomy as well as no cost samples for the evaluation. Describe your available company educational tools and material resources with the initial submittal. 7. Vendor must provide customer service (telephonic and e-mail) for regiona l facilities. Identify company resources and capabilities for such support with the initial submittal. 8. Vendors must have a local vendor representative available in the region. Provide contact information, i.e. name, address, phone number, and e-mail address with the initial submittal. 9. Vendor is required to provide on-site, in-person in-servicing to Tripler Army Medical Center prior to the clinical evaluation. Vendors, who cannot provide on-site, in-person in-servicing to TAMC, prior to the clini cal evaluation, will be disqualified. 10. Vendor is required to provide product literature, training aids, and teaching materials prior to the clinical evaluation to 18th MDG Kadena, Naval Health Clinic Pearl Harbor, NH Guam, NH Yokosuka, NH Okinawa, an d the 121st CSH Korea. Vendors, who cannot provide product literature, training aids, and teaching materials to these MTFs, prior to the clinical evaluations, will be disqualified. 11. Vendors product line must be latex free and indicated on the packag ing and in the product literature. 12. Vendor will provide a product with an easily identifiable safety feature. 13. Vendor will provide a product whereby the activation of the safety feature (mechanism) will not allow for reuse of the product. 1 4. Vendor will provide a device with an active safety mechanism; the safety mechanism cannot be accidentally deployed. 15. Vendor will provide a device, which can be activated by one hand. 16. Vendor will provide a product and packaging which clearly displays the size of the device. Phase II: Clinical/Performance Evaluation Process The multi-disciplinary TPRB Clinical Team will request samples (no charge) from the product line to be clinically evaluated at select Military Treatment Facilitie s. Vendors are required to ship their no cost samples directly to the designated MTFs and will be allowed 21 calendar days from the date of notification to complete the delivery. Samples must be shipped to arrive at the MTF by COB, 4:00 p.m. local time, on the (21st ) calendar day after the notice to ship. Vendors failing to deliver by the deadline will be disqualified from further consideration in the standardiz ation process. Specific MTFs will evaluate the clinical/performance criteria using a Likert scale, with a one to five rating. One (1) = strongly disagree, Two (2) = disagree, Three (3) = neutral, Four (4) = agree, and Five (5) = strongly agree. All clinical/performance criteria are equally weighted. To determine acceptability, the TPRB Clinical Team comprised of medical professionals from multiple disciplines will evaluate the products based on the evaluation criteria below. The TPRB Clinica l Team intends to conduct the clinical evaluation in a clinical and/or non-clinical The Government reserves the right to conduct evaluations in either a non-clinical or clinical setting or both. All vendors will be required to provide an on-site, i n-person in-service to Tripler Army Medical Center (TAMC), prior to the use of their products. Failure to provide on-site, in-person in-servicing to TAMC will result in exclusion from the standardization process. The TPRBs support and TAMCs rationale for in-servicing of this product group is in compliance with the Association of Peri Operative Registered Nurses Position Statement The role of the health care industry representative in the perioperative/invasive procedure setting (AORN Recommended practic es and Guidelines, 2007). In-service is required to meet the governments minimum need and is normal and customary. All vendors will be required to provide training materials to Naval Hospital Yokosuka, Naval Hospital Okinawa, Naval Hospital Guam, 1 8th MDG Kadena, Naval Health Clinic Hawaii, and the 121 CSH. These training aides will address the safe and acceptable method of using the device. The training/guidance materials may be in the form of a DVD, product literature or other instructional method s that the vendor believes will assist the clinician. These training items must arrive prior to the clinical evaluation period. Failure to provide training/instructional materials will result in exclusion from the standardization process. The clinical repr esentatives, on the TPRB, from NH Guam, NH Okinawa, NH Yokosuka, 18th MDG Kadena, Naval Health Clinic Hawaii, and 121st CSH opted to exercise this option for the training and guidance of the clinicians who will use the samples. This option is another meth od used to support the government's minimum need and is normal and customary. Clinical evaluation process for Tripler Army Medical Center: Each vendor will provide on-site, in-person, in-servicing for a period of one week to TAMC clinical staff. One vendor per week. The TPRB Clinician will coordinate the scheduling and location of the presentations. This individual will work with the vendors in scheduling the training activities. Day 1: vendor will provide in-servicing to the staff. A presentation re viewing the technical aspects of the device, the indications for use of the device, and how to use the device will be addressed. Day 2-5: clinical evaluations will be conducted. The vendor will be available for any questions, consultations, or guidance reg arding the product. All vendors will be required to meet the standards of conduct in accordance with facility policies, local, state, and federal regulations. Clinical evaluation process for Naval Hospital Yokosuka, Naval Hospital Okinawa, Naval Hos pital Guam, 18th MDG Kadena, Naval Health Clinic Hawaii, and the 121 CSH. Each vendor will provide product literature, training aides and teaching material prior to the clinical evaluation. The Pacific Region TPRB clinical representative, from each of thes e MTFs, will select the appropriate providers for this evaluation. They will proctor and monitor the clinical evaluation process. Day 1: the staff will review all literature and teaching aides provided by a vendor. Day 2-5: clinical evaluations will be con ducted. Vendors will be available by telephone for questions, consultations, and guidance. The following Clinical/Performance evaluation criteria have be en established for this standardization initiative: 1. The vena-puncture needle is sharp and does not damage skin. (Penetrates skin evenly does not tear skin or leave jagged skin edges) 2. The safety device does not interfere with the intende d use. (Safety mechanism does not prevent the introduction of the needle through the skin and vein wall, does not impede the flash back of blood or the blood flow into the collection container.) 3. Once the safety mechanism is activated, no part of the needle is accessible. (Once activated, the safety sleeve, sheath or covering completely covers the needle  eliminating potential for reuse of needle) Phase III: Pricing Analysis Process After the clinical/performance evaluation is compl eted and analyzed, all vendors who participated in the clinical/performance evaluation will be contacted to submit their lowest pricing quotes (as well as product cross-reference data) based on committed volume of 80% of the total Regional requirement. Ven dors will be provided seven calendar days to submit their price quotes in a prescribed format via email. Price quotes must be received by 4:00 p.m. Hawaii Standard Time (HST) 7th calendar day. Failure to respond within this timeframe or failure to submit i ncentive discounts from their DAPA prices will result in the vendor being disqualified from further consideration/ participation. The Region intends to evaluate quotes and select a vendor or vendor(s), without discussions as noted above. However, the Regio n reserves the right to conduct discussions and request revised pricing, if determined to be necessary. Clinical/performance and technical/company factors will be weighted more heavily than price. As the technical and clinical evaluation results be come more equal, price will become more important. 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). The following el ements will be considered in the pricing analysis: (1) Impact of RIA prices on the Region (Post-Standardization Costs), (2) Potential Cost Avoidance, (3) Impact of Unmatched Lines, and (4) Consideration of stockage keeping units (SKUs) by each vendor (lin e item review of the current usage in the region against what is being offered). Due to the potential for Base DAPA prices to be inflated, the Impact of RIA prices on the Region is considered more important than other pricing elements. <BR >
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN01467827-W 20071213/071211224243 (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.