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 (TRBO)  Northwest Region (Washington and Alaska) announcement for the evaluation and standardization of Suction Canisters

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
W91YU011-08-01-002SUCTIONCANISTERS
 
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 Incentive Agreement Quotation (RFRIAQ) for the standardization of Suction Canisters. 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 Military Treatment Facilities (MTFs) in the Region include but are not limited to:Basset Army C ommunity Hospital, Fort Wainwright, AK 99703; Bremerton Naval Hospital, Bremerton, WA 98312-5000; Fairchild AFB Clinic,Fairchild AFB, WA 99011-8701; 354th Medical Group, Eielson Air Force Base, AK 99702;3rd Medical Group, Elmendorf AFB, AK 99506-3620; Madi gan 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 standardization action is part of the Medical/Surgical Prime Vendor program executed by the Def ense 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 (Ca rdinal 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 resulting Regional Incentive Agreement (RIA) will be for a base period of two (2) years (24 months) from date of award with three ( 3) 12-month option periods. Anticipated selection date is April 2008. The evaluation will be based on technical, clinical, and pricing factors. The Technical/ Company and Clinical/ Performance evaluation factors, when combined, are considered signifi cantly more important than cost or price. As the technical and clinical results become more equal, price becomes more important. The selection will be determined utilizing best value/trade off criteria. The selection of a single vendor is anticipated. How ever, 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 Region is seeking product line items in the category of Suction Canisters. The product li ne consists primarily of rigid disposable suction canisters, rigid reusable suction canisters with flexible liners, and brackets, rings, and carts that support surgical suction canisters. The Region requires suction systems that have a capacity range f rom 1,000 cc to 16,000 cc. At a minimum this product line includes the following high volume usage items: SHORT ITEM DESCRIPTION UOM Qty CANISTER 1200CC GUARDIAN CA 271 CANISTER SUCTION 16 LITER OMNI BX 144 CANISTER GUARDIAN 12L TR LVC CA 92 CANISTER 1200CC HIFLOW RIGID WITH SHUTOF CA 31 LINER 3000CC FLEX ADVANTAGE CA 65 LINER CANNSTR SUCT 1500CC DISP CA 29 CANISTER 2000CC HIFLOW RIGID WITH SHUTOF CA 12 CANISTER 2500CC CA 33 CANISTER 1500CC CA 25 CANISTER GUARDIAN 3000CC CA 21 The regions estimated annual demand for this product line, based on PV purchases for the previous 12 mo nths is: Total $ 58,152 Upon request, vendors will provide no cost samples, 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 information on products offered by the vendor. C. Instructions to Vendors This process will include vendor electronic responses to technical criteria & product literature, upon request no charge samples for clinical evaluation, and upon request submission of electronic pricing quotes. DAPA holders interested in participating in this standardization initiative, email your: 1. Company name and address 2. POC (Name and Phone Number, Fax Number, E-mail address, (we suggest more than one POC) 3. Your answers to the technical questions/criteria above to patricia.cordier@us.army.mil no later than Close of Business (COB) 4:00PM PST 25 January, 2008. 4. Please ema il product literature only to: Pat Cordier, RN, MSN, CNOR at patricia.cordier@us.army.mil 5. The TRBO will request that vendors send the no cost sample set directly to participating MTFs, the TRBO will provide addresses at that time. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the TRBO that its quote and literature actually arrived at the Region via email. We strongly recommend that each submit ting vendor confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. D. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing board fo r the standardization process. This board includes clinicians and logisticians from all of the Military Treatment Facilities within the Region. They are the deciding officials 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 matches for the products or product lines requested in this announcement. Vendor quotes should contain the vendors best responses to all technical and/or com pany criteria listed in this announcement. Vendor quotes should contain the vendors best tiered-pricing discounts off the vendors DAPA pricing (based on committed volume of 80% of the total requirements of the MTFs in the Northwest Region). Additiona lly, 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 efficient competition among vendors. Phase I Plan: Technical/ Company Evaluation: 1. The sources sought notice will be posted to the FBO for a period of five weeks. Vendors that do not meet the deadline of Close of Business (COB) 4 :00PM PST 25 January, 2008 for responding to the announcement will be disqualified from further consideration. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with th e TRBO point of contact that their response and literature actually arrived at the Region via email. We strongly recommend that vendors confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first tr ansmission. 2. 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, the deadline is still 25 January, 2008) 3. Vendors r espond to the FBO announcement by e-mail stating their interest in participating in the standardization process, addressing the technical/company criteria, and providing literature about the products to the POC listed on the announcement. 4. Vendor replies should contain the vendor's best responses to all technical and/or company requirements listed in this announcement. 5. The TRBO team will comp ile the technical/company criteria responses and send to the CPT for review. 6. The CPT 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 techn ical/company criteria. Generally, responses to the following criteria demonstrate that: 1) the vendor offering the quote is a distributor or manufacturer of a complete line of Suction Canisters. 2) based on the vendors responses, the Region has 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 DAPA for the items. 4) t he vendor has, or is obtaining, an agreement covering the items, with Cardinal Health, the Prime Vendor for the region. 5) the vendor offers discounts off DAPA for all products included in this standardization initiative. 6) the vendors information provided is factually correct (any misrepresentation of information will disqualify the vendor from further consideration.) 7. The vendors who meet the technical/company criteria will be invited to participate in the clinical/performanc e evaluation process. 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 complete line of rigid disposable suc tion canisters and rigid reusable suction canisters with flexible liners. 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 s tatement of work, as DAPA items ordered at least once per month, and at least one unit per order. The region requires suction systems that have a capacity range from 1000 cc to 16,000 cc. Please list the types, brands, and sizes of canisters and l iners available, and list the brackets, rings, and carts that support surgical suction canisters. Please note that additional requirements may become required items of supply in the future. 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 w ith Cardinal Health. c. Vendor must offer committed volume discounts off their DAPA price for this product group. 3. Regional Supply Servicing Requirements: Required elements include a distribution network that allows products to reach the Prime Vendor Distribution Center in sufficient 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 facil ities in the region. Please state your plan for providing the above services. 4. Vendors must provide a standard industry warranty, at a minimum, Please provide your companys returned goods policy. 5. 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/ Performance Evaluation: 1. Using their clinical exper tise, 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 pa tient safety, and on historical usage for the product line. 2. The TRBO office will request a no charge clinical evaluation sample set from each of the vendors with a required delivery date. Each vendor will send the samples directly to the particip ating MTFs. Vendors who do not meet the deadline for sample arrival will be disqualified from the standardization process. Due to the potential for samples to become lost, the vendor is strongly encouraged to confirm with the TRBO point of contact that their samples actually arrived at the MTFs via email. We strongly recommend that vendors confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first shipment. 3. The CPT will evaluat e 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 scoring 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 'brea k' 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 unacceptable 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 5. Clinical evaluations will be tabulated by the TRBO and results will be forward ed 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. Canister system assembles quickly (i.e. easy to separate from the stack, package opens by hand, lid snaps on reliably, ports are marked clearly). 2. Canister has an effective automatic shut-off valve or device. 3. Canister has accurate volume gradations (tested by i nstilling a known and independently-measured quantity of liquid into canister and checking accuracy of gradations). 4. Canister has easily-readable volume gradations (gradations can be seen at a glance, markings are clear). 5. Canister confi guration permits safe disposal of fluids as measured by the following features, if applicable to the system configuration: liner separates from canister readily, lid snaps shut and seals securely, lid opens easily for emptying, and mouth is wide enough to instill solidifier or to empty canister or liner, or other features that reduce opportunity for contamination of persons or environment. 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 DAP A 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 acceptability threshold considering the 'break' will be asked to submit pricing for analysi s. 14 calendar days from the date of the request will be allowed for responses in the requested format. Vendors that do not meet the deadline and those vendors that fail to respond as required will be disqualified from consideration. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the TRBO point of conta ct that their pricing actually arrived at the Region via email. We strongly recommend that vendors confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. Vendors that have been di squalified 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), without discussions. 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 tiered-pricing discounts off of the vendor's DAPA pricing (based on committed volume of 80% of the tota l requirements of the MTFs in the 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 among vendors. 4. The price 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. Clinical/Performance evaluation is more important than the price. As the technical and clinical results become more equal, price becomes more important. 6. The TPRB revie ws the data for acceptable performance and price analysis. 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 costs associated with standardization, operational impact, and regional clinical preferences. 8. The TPRB selects a vendor(s) for standardization.
 
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
SN01474286-W 20071222/071220230203 (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.