Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOURCES SOUGHT

65 -- Tri-service Regional Business Office  Northwest Region (Washington and Alaska) announcement for the evaluation and standardization of Suction Cannulae and Tubing

Notice Date
12/20/2007
 
Notice Type
Sources Sought
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU011-08-01-001SUCTIONCANNULAE-TUBING
 
Response Due
1/25/2008
 
Archive Date
3/25/2008
 
Point of Contact
Wesley E. Burnett, 253-968-1869
 
E-Mail Address
Email your questions to Western Regional Contracting Office
(wes.burnett@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A. General Information. The Northwest Region (TRBO Region 11) ), a military integrated delivery network, comprised of 8 Army, Navy, Air Force Medical Treatment Facilities (MTFs) in Washington and Alaska announces a Request for Regional Incen tive Agreement Quotation (RFRIAQ) for the standardization of Suction Cannulae and Tubing The primary objective of this program is to standardize products or product lines obtaining the clinically preferred product or source(s) at the best possible price based on volume pricing discounts utilizing a best value determination process. Standardized products will be obtained through the DoD Prime Vendor Program. The secondary objective of this standardization initiative is the potential of decrea sing the existing Stock Keeping Units (SKUs) and thus dollars held as inventory. The below item detail of the products being purchased within the region will be used to target and cross-match product lists submitted by the vendor. This process will ensur e the minimum requirements of the Region are met and help identify possible candidates for elimination (i.e. like product items), as well as potentially minimizing the number of SKUs included in a subsequent incentive agreement. The Military Treatme nt Facilities (MTF) in the Northwest Region include but are not limited to: Basset Army Community Hospital, Fort Wainwright, AK 99703; Bremerton Naval Hospital, Bremerton, WA 98312-5000; Fairchild AFB Clinic,Fairchild AFB, WA 99011-8701; 354th Medical Grou p, Eielson Air Force Base, AK 99702;3rd Medical Group, Elmendorf AFB, AK 99506-3620; Madigan Army Medical Center, Tacoma, WA 98431-5000; McChord AFB Clinic, McChord AFB, WA 98438-1150; Oak Harbor Naval Hospital, Oak Harbor, WA 98278-8800 This Region al Incentive Agreement announcement 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, or be in process of obtaining, a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the Prime Vendor (Cardinal Health). 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 DSCPs Prime vendor program please access our web site at: https://dmmonline.dscp.dla.mil The agreement will be for a bas e period of two (2) years (24 months) from date of award with three (3) 12-month option periods. Anticipated award date is April 2008. The evaluation will be based on technical, clinical, and pricing factors. The selection will be determined utilizing b est value/trade off criteria. The selection of a single 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: Pat Cordier, RN, MSN, CNOR at (253) 968-0898; Email - Patricia.Cordier@us.army.mil B. Products & Performance Required. The Northwest R egion is seeking Suction Cannulae and Tubing. The product line consists primarily of: sterile cannula/tubing sets, single packaged sterile cannula, including Yankauer, Frazier, Poole, uterine vacuum curette, nasogastric, and tracheal suction, single packag ed sterile tubing, and non-sterile bulk suction tubing. Estimated Requirements, the regions estimated annual demand for this product line, based on PV purchases for the previous 12 months is: Northwest Region: - Total $ 94,861 The top high volume usage lines for this project include: SUCTION YANKAUER SURGICAL INSTR W/O CTRL TUBE ECONOMY SUCTION PLASTIC 3/16IN ID TUBING SUCTI ON 1/4'X10FT CLEA FILL TRAP 8FR W/GLOVE EXT YANKAUER 7220 VITAL VUE SUCTION FRAZIER SURGICAL INSTRUMENT CONNECTOR TUBING 5-IN-1 TRAP MUCUS 10 FR FIL SUCTION YANKAUER SURGICAL INSTR W/O CTRL SUCTION YANKAUER CLEAR BULB TIP Upon r equest, 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, pricing information, and itemization of the brands, types and packaging info rmation of the products offered by the vendor. C. Instructions to Vendors. This process will include vendor requirements to provide electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of ele ctronic best price quotes. 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) (3) Responses to the technic al/company criteria, and providing literature about the products to Patricia.Cordier@us.army.mil. Submissions must be received by 4:00 PM EST on the specified closing date/time of this sources sought notice. Vendors that fail to meet this submitta l deadline will be disqualified from participating. 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 resubmission before the due date/tim e, should a problem occur with the first submission. D. Evaluation Criteria. The Tri-Service Product Review Board (TPRB) is the governing board for the standardization process. This board includes clinicians and logisticians from all of the Military Treatment Facilities within the Region. They are the decision makers for this initiative. The Region intends to evaluate quotes and select a vendor or vendor(s), without discussions. Vendor quotes should contain the vendors best product mat ches for the products or product lines requested in this announcement. Vendor quotes should contain the vendors best responses to all technical and/or company criteria listed in this announcement. Vendor quotes should contain the vendors best tiered-pric ing discounts off the vendors DAPA pricing (based on committed volume of 80% of the total requirements of the MTFs in the Northwest 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 Regions may limit the number of quotes to the greatest number that will permit efficient competition among vendors. 14 calendar days from the date of the pricing request will b e allowed for responses in the requested format. Phase I Plan: Technical/Company 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 distributor 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 se rvices 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). (6) the vendors in formation provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. 1. The sources sought notice will be posted to the FBO for a period of five weeks. Vendors that do not meet the dea dline of Close of Business (COB) 4:00PM PST listed on the FBO for responding to the announcement will be disqualified from further consideration. 2. Vendors will respond to the FBO announcement by e-mailing their interest in participating in the st andardization process, addressing the technical/company criteria, and providing literature about the products to the POC listed on the announcement. 3. At the 3 week mark if response has been less than anticipated, all vendors with current usage for the product line in the Region will be contacted via email. (2 week notice) 4. The vendors will provide detailed responses to the technical/company criteria. Vendor responses should contain the vendor's best answers to all technical and/or company requirements listed in this announcement. 5. The TRBO team will compile the technical/company criteria responses and send to the CPT/TPRB for review. 6. The CPT/TPRB will review the responses from the vendors and determine which vendors meet the criteria and which vendors are disqualified based on their responses to the technical/company criteria. 7. The vendors who meet the technical/company criteria will be invited to participate in the clinical/performance evaluation process. <BR > Technical/Company Criteria: During the pre-source selection procedures, the CPT validated/ approved the following equally weighted criteria: 1. Vendor is required to provide a full line of surgical suction cannulae and tubing. Please li st the types and brands of cannulae and tubing to include sterile cannula/tubing sets, single packaged sterile cannula (i.e.: Yankauer, Frazier, Poole, uterine vacuum curette, nasogastric, tracheal suction), single packaged sterile tubing, and non-sterile bulk tubing. Please note that additional requirements may become required items of supply in the future. Overall 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, and at least one unit per order. See DMMonline for the statement of work. 2. Vendors that do not meet the following criteria will be disqualified: a. Vendor must have a DAPA for this product group (provide DAPA number). b. Vendor must have a distribution agreement with Cardinal Health, the regions prime vendor. Please acknowledge and identify that you have such an agreement with Cardinal Health . c. Vendor must offer committed volume discounts off their DAPA price for this product group. 3. The vendor must be able to supply non-sterile suction cannulae and tubing to the company that holds the Regional Incentive Agreement (RIA) to assem ble custom packs for the region. Currently, that vendor is Cardinal Health. 4. Regional Supply Servicing Requirements: Required elements include a distribution network that allows products to reach the Prime Vendor Distribution Center in sufficien t quantities to meet the regional demand history in a timely manner. In addition, vendors must also have vendor representation sufficient to provide product implementation services and inservicing to all eight facilities in the region. Please state your plan for providing the above services. 5. Vendors must provide a standard industry warranty, at a minimum, Please provide your companys returned goods policy. 6. Detail any history of backorders and/or recalls for this product group. Please include: (a) Dates and duration, (b) Cause, (c) Resolution. If there is no history of back orders or recalls, so state. Phase II Plan: Clinical/Perfo rmance Evaluation: 1. Using their clinical expertise, the CPT will develop a list of items from the product group to evaluate. The determination of the sample set is based on advances in technology and/ or patient safety, and on historical usage for the product line. 2. The TRBO office will request a no-charge clinical evaluation sample set from the vendor. The vendor will be required to send the samples directly to the participating MTFs. Vendors who do not meet the deadline for sample arriva l will be disqualified from the standardization process. 3. The CPT will evaluate the product against the clinical/performance criteria. The evaluation responses will represent a clinical value judgment placed in a Likert-like scale with a 1 to 5 sc oring format (1 = Strongly Disagree; 2 = Disagree or no; 3 = Undecided; 4 = Agree or yes; 5 = Strongly Agree). Comments will be invited and recorded on the evaluations. The CPT has set a threshold of 3.1 for clinical acceptability for standardization. The CPT will analyze this acceptability as being at or near 3.1 depending on the break in the average scores and how closely scores are clustered near the clinical acceptability target threshold of 3.1. Below this threshold, products will be clinically una cceptable and will be disqualified from further consideration for standardization. 4. Each vendor will provide product literature, training aides and/or teaching material prior to the clinical evaluation for facilities in the Northwest Region. < BR>5. Clinical evaluations will be tabulated by the TRBO and results will be forwarded to the CPT/TPRB members in the Northwest Region for review. Clinical/Performance Criteria: During the pre-source selection procedures, the CPT validated/ approved the following equally weighted criteria: 1. Sterile packaging allows the product to be aseptically delivered to the sterile field. 2. Product packaging easily identifies whether the item contains latex. 3. Suction cannulae have non-slip grip in dry, wet, and bloody environments. 4. Suction cannulae have smooth suction holes, appropriately placed for type of instrument. 5. Suction cannulae have features appropriate to their surgical function (i.e.: malleable shafts, control vents, etc.) 6. Connection between cannula, tubing, and suction canister is secure. 7. Tubing has low coil memory and drapes well. 8. Tubing withstands a high vacuum pressure without collapsing. Phase III Plan: Pricing Analysis: 1. The following elements will be considered in the pricing analysis: (1) Impact of RIA prices on the Region (Post-Standardization/ Conversion Costs), (2) Cost Avoidance, (3) Impact of Unmatched Lines, and (4) Consideration of SKUs (i.e. potential for inventory reduction) by each vendor. 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. 2. Vendors who meet the clinical accep tability threshold considering the break will be asked to submit pricing for analysis. 14 calendar days from the date of the request will be allowed for responses in the requested format. Those vendors that fail to respond as required will be disqualifie d from consideration. Vendors that have been disqualified will be notified in writing at the conclusion of the evaluation process. 3. The TRBO will conduct a price analysis. The Region intends to evaluate quotes and select a vendor or vendor(s), wit hout discussions. Vendor quotes should contain the vendor's best product matches for the products or product lines requested in this announcement. Vendor quot es 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 Region). Additionally, the Region reserves the right to conduct discussions and re quest 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 among vendors. 4. The p rice analysis will be sent to the Northwest Region TPRB for review. Pricing will be based on a committed volume for a two-year period with possible (3) three one-year option periods (not to exceed 5 years). 5. Technical/ Company and Clinical/Perform ance evaluation factors, when combined, are considered significantly more important than cost or price. As the technical and clinical results become more equal, price becomes more important. 6. The TPRB reviews the data for acceptable performance a nd lowest price quote. 7. The Designated Senior Logistician (DSL) will ensure that the offered prices in conjunction with the volume purchasing commitment will be a good value considering the operational impact. 8. The TPRB selects a vendor f or standardization. 9. The TRBO develops decision document and submits to DSCP for approval. 10. The RIA is initiated, vendors contacted and TPRB notified.
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
Country: US
 
Record
SN01474285-W 20071222/071220230201 (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.