Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
SOURCES SOUGHT

65 -- Standardization of Safety Needle/Syringe Combination for the Pacific Region, 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
12/12/2007
 
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-3005
 
Response Due
1/2/2008
 
Archive Date
3/2/2008
 
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
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 Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Safety Needle and Syringe Combination. This new RFRIAQ supersedes the previous solicitation for Safety Needle/Syringe Combination solicitation number W81K02-07-T-3013 wh ich was posted on April 30, 2007, closed on May 21, 2007, and cancelled on June 14, 2007. The new closing date for this posting is January 1, 2008 and this date is established due to a change in the clinical evaluation process. The change in the process in cludes a requirement for clinical in-servicing by the vendor prior to the clinical evaluation at Tripler Army Medical Center. All responses to this solicitation must be resubmitted fresh before the closing date of January 1, 2008. No prior submissions for this product line in any previous FBO will be considered or evaluated. 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. It is also intended that standardized product be obtained through the Department of Defense Prime Vendor Program. The major facilities in the region include Tripler Army Medical 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 Medical/Surgical Prime Vendor program executed by the Defense Supply Cente r 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 cl ause 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 agreement will be for a base period of two years (24 months) from date of award with three 12-month option periods. Anticipated award date is November 2008. The evaluation w ill be based on clinical, technical, and pricing factors. The award will be determined utilizing Best value/ trade off criteria. Point of Contact: Cheryl Janus, RN TRBO Clinical Analyst 808-433-7985, Cheryl.janus@amedd.army.mil B. Produ cts & Performance Required The Pacific Region is seeking product line items in the category of Safety Needle and Syringe Combination. For this product line, the yearly estimated total usage/forecasted requirement for this region is $146,437. This fo recast is based on historical prime vendor sales for a 12-month period. At the request of the Pacific Region Military Treatment Facilities, vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of t he product, conversion information, prime vendor order numbers, MSDS information, and itemization of the brands, types and packaging information of the products offered by the vendor. C. Instructions to Vendors DAPA holders interested in part icipating 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.mil. Submissions must be received prior to the specified closing date/t ime of this solicitation. Failure to meet the submittal deadline will result in exclusion. This process will include vendor requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, on-site in-person in-servicing, product literature, education and training materials, and submission of electronic best price offers. Due to the potential for email to be lost in t ransmission from network security, etc., vendors are strongly encouraged to confirm with the Regional POC that their initial submission, quote, and literature actually arrived at the Region via email. Each submitting vendor is advised to confirm receipt, a llowing adequate time for resubmission 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 board of the standardization process. Th is 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 quotes and select a vendor or vendor(s), without dis cussions. Vendor quotes should 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 ann ouncement. Vendor quotes should 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. If a down-selection is made during the evaluation process, the Region may limit the number of quotes to the greatest number that will permit an efficient competition am ong vendors. Phase I: Vendors will be required to provide responses to the technical/company criteria. The responses will be reviewed under the purview of the TPRB to determine acceptability. All technical/company criteria are weighted equally. After review of the technical/company criteria, those vendors who meet these criteria will be invited to participate in the clinical/performance evaluation. Phase II: The TPRB will request samples from the product group to be clinically evaluate d at select Military Treatment Facilities (MTFs). Vendors are required to ship samples direct to the designated MTFs. Vendors will be given 15 business days to ship samples. Samples must be shipped to arrive at the MTF by COB, 4PM local time, on the (15th ) business day after the notice to ship. Failure to deliver samples by the requested deadline will result in exclusion from the standardization process. Specific MTFs will evaluate the clinical/performance criteria using a Likert type scale, using a one to five rating. The scale descriptors are: One (1) = not acceptable, Three (3) = acceptable, and Five (5) = highly acceptable. All clinical/performance criteria are weighted equally. 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, in-person in-service to Tripler Army Medical Center (TAMC) prior to the use of their Safety Needle and Syringe Combination. Vendors who cannot provide on -site, in-person in-servicing to TAMC will be excluded from the standardization process. In-service is required to meet the governments minimum need and is normal and customary. The TPRB's rationale for in-servicing of this product group, for the TAMC cli nicians, is based upon the multiple clinical training venues, the constant rotation of staff and the use of rotating contract personnel. Vendors will also be required to provide product literature, training aides and teaching materials to Naval Hosp ital Yokosuka, Naval Hospital Okinawa, Naval Hospital Guam and US Army Health Clinic Schofield Barracks. The TPRB's support of this training option is based up on the stability of the clinical staff at these MTFs. Failure to provide product literature, training aides, and teaching materials will result in exclusion from the standardization process. In-service is required to meet the governments minimum need and is normal and customary. The following steps are the on-site clinical evaluation process for Tripler Army Medical Center. 1. Each vendor will provide on-site, in-person, in-servicing for a period of one week to TAMC. One vendor per week will be e valuated. 2. The TAMC CPT Clinician will coordinate the scheduling and location of the presentations. This individual will work with the vendors in scheduling the training activities. 3. Day 1: vendor will provide in-servicing to the staff. A present ation reviewing the technical aspects of the device, the indications for use of the device, and how to use the device will be addressed. 4. Day 2-5: clinical evaluations will be conducted. The vendor will be available for any questions, consultations, or guidance regarding the product. 5. All vendors will be required to meet the standards of conduct in accordance with facility policies, local, state, and federal regulations. The following steps are the training aid clinical evaluation process for NH Guam, NH Yokosuka, NH Okinawa and the US Army Health Clinic Schofield Barracks: 1. Each vendor will provide product literature, training aides and teaching material prior to the clinical evaluation. 2. Day 1: the staff will review all liter ature and teaching aides provided by a vendor. 3. Day 2-5: clinical evaluations will be conducted. 4. Vendors will be available by telephone for questions, consultations and guidance. Phase III: After the clinical/performance evaluation ar e completed and analyzed, all vendors will be asked to submit their best pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region. Clinical/performance and technical/company 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 periods (not to exceed 5 years). Failure to offer a discount off the DAPA p rice will result in exclusion from the standardization process. 1. Technical/Company Criteria Evaluation The TPRB will review the following technical criteria responses from each vendor and determine acceptability. Acceptability for purposes of e valuation 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) b ased on the vendors 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 vendor has, or is obtaining a D APA for the items; 4) the vendor has, or is obtaining, an agreement covering the items, with Cardinal Health, the Prime Vendor for the region; 5) the vendor intends to offer discounts off DAPA for all products included in this standardization initiative (v endors that fail to offer 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.) 1. Vendor must manufact ure and/or distribute a complete product line of Safety Needle and Syringe Combination Device. 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 Vendo r contract statement of work as DAPA items ordered at least once per month, and at least one unit per order. At a minimum, the following items are required: <BR >? Vendor will provide a 1cc syringe with a 25 gauge, 5/8th inch needle. ? Vendor will provide a 1cc syringe with a 27 gauge, 1/2 inch needle. ? Vendor will provide a 3cc syringe with a 21 gauge, 1 inch needle. ? Vendor will provide a 5cc syringe with a 21 gauge, 1 ? inch needle. Provide certification of all brands of this product line that you manufacturer or distribute with the initial submittal. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the Safety N eedle and Syringe Combination Device product line. Provide 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. (Note 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 materials for Safety Needle and Syringe Combination Device 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 regional facilities. Identify company resources an d 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. V endor 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 clinical evaluation, will be disqualified. 10 . Vendor is required to provide product literature, training aids, and teaching materials prior to the clinical evaluation to NH Guam, NH Yokosuka, NH Okinawa, and the US Army Health Clinic Schofield Barracks. Vendors, who cannot provide product literature , training aids, and teaching materials to these MTFs, prior to the clinical evaluations, will be disqualified. 11. Vendor will provide a product, which is clearly marked as to the size of the syringe and the length and gauge of the attached needle. Pro vide specific information whether this information is provided on the device, or on the packaging, or on both. 2. Clinical/Performance Criteria: 1. The product is clearly and easily identified from either the device or the packaging. (The cc/ml v olume of syringe and the length and gauge of the needle are easily identified) 2. The millimeter (cc) markings on syringe barrel are clear and distinct.(Incremental marks are either impregnated into the plastic of the barrel and/or color with black ink to provide clear and distinct visualization) 3. Product fits comfortably in either hand. (Product is not bulky, no sharp edges) 4. Safety mechanism is activated using only one hand. (The trigger, lever or tab which activates safety mecha nism is easily pushed, pulled or pressed using one hand) 5. Once the safety mechanism is activated, no part of the needle is accessible. (Once activated, the cover, sheath or sleeve covers entire needle and cannot be removed; avoiding potential for reuse)
 
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
SN01468727-W 20071214/071212224820 (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.