Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2008 FBO #2286
SOURCES SOUGHT

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

Notice Date
2/27/2008
 
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-3013
 
Response Due
3/19/2008
 
Archive Date
5/18/2008
 
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 (MTFs) in Hawaii, Guam, Okinawa, Japan, and Korea anno unces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Surgical Gloves. The primary objective of this program is to standardize the quality of care across the region based on a best value determination that re presents the clinically preferred product or source(s) at the best possible price. It is also intended that standardized products be obtained through the DoD Prime Vendor Program. The major facilities in the region include Tripler Army Medical Cen ter, 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/Surgi cal 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 Pr ime 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 contra ct. 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 2 years (24 months) from date of select ion with three 12-month option periods. Anticipated selection date is (December 2008). The evaluation will be based on clinical, technical, and pricing factors. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considere d 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 single ve ndor 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 produc t availability. Point of Contact Susan Hwang, TRBO Team Leader (808) 433-3686, susan.hwang@amedd.army.mil Cheryl Janus, RN, TRBO Clinical Analyst 808-433-7985, cheryl.janus@amedd.army.mil B. Products & Performance Require d. The Pacific Region is seeking product line items in the category of Surgical Glove, which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $ 441,594. This forecas t is based on historical prime vendor sales during a recent 12-month period. The top high volume usage lines for this project include: Glove surgical SPR Sensitive PF Size 7.5, annual usage $50,752; Surgical Glove, Biogel Size 7.5 annual usage $36, 915; Glove Surgical SPR Sensitive PF Size 7, annual usage $34,542; Glove surgical skinsense LF size 7.5 annual usage $28,287; Glove surgical Biogel PF Med/size 6 annual usage $23,230; Glove surgical skinsense LF Size 7 annual usage $22,707; Glove surgical SPR sensitive PF Size 8 annual usage $22,573; Glove Biogel Size 6.5 annual usage $21,361; Glove surgical skinsense LF Size 6.5 $18,832; Glove Biogel Size 7 annual usage $18,786; Glove Biogel Size 8 annual usage $17,725; Glove surgical skinsense LF Size 8 a nnual usage $14,337; Glove surgical indicator PF Size 8 annual usage $12,069; and Glove surgical indicator PF Size 7.5 annual usage $11,564. At the reque st of the Pacific Regional MTFs, vendors will provide on-site support and in-servicing during implementation, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS information, and itemiza tion of the brands, types and packaging information of the products supplied by the vendor. 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 susan.hwang@amedd.army.mil AND cheryl.janus@amedd.army.mil. Submissions must be received by 5:00 p.m. HST on the specified closing date/time of this sources sought notice. Vendors that fail to meet this submittal deadline will be disqualified from participating. All e-mail communications between vendors and the region will be digitally signed. This process will include vendor requirements to provide electronic responses to technical criteria, no charge samples for clinical evaluation, 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 sta ted 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 f or resubmission before the due date/time, should a problem occur with the first submission. C. Evaluation Criteria. The Tri-Service Product Review Board (TPRB) is the governing body of the standardization process. This board includes cli nicians 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 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 announcement. Vendor quote s 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 requ est 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 emailing their intent to participate to the above POC by the required resp onse 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. Failure to respond to the technical/company criteria by the deadline will result in disqualification. All technical/company 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 a ll 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 co nfidence 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) t he 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 a re 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/Company Evaluation Criteria have been established for this standardizatio n initiative: 1. Vendor must manufacture and/or distribute a complete product line of Surgical Glove. 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/Surgi cal Prime Vendor 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: " Powder Free Surgical Gloves " Range of sizes from 51/2 to 9 " Latex Surgical Gloves " Synthetic Surgical Gloves " Orthopedic style, Under glove style, Sensitive style " Smooth and textured styles Provide electronic spreadsheet certification of all brands of this product line that you manufacturer or distrib ute with the initial submittal. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the Surgical Glove product line. Provided the DAPA number or proof of the application process with the initial submittal. (Note that vendo rs 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. Where lower FSS pric es are available, DAPA holders are required by previous agreement to provide the FSS price as their DAPA price. Therefore, FSS prices do not represent a discount off DAPA. (Note that vendors that fail to provide a discount from DAPA will be disqualified).< BR>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 Surgical Gloves as wel l 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 resou rces 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.< BR>9. Vendors must provide any history or back order and/or FDA or company recalls that occurred during the most recent 24-month period for the Surgical Glove product line including dates, duration, cause, and resolution with their initial submittals. Vend ors should provide a context to include any mitigating factors for these situations, and any relief or resolution which may have been provided since there will be no further opportunity to explain these scenarios and their effects. Phase II  Clinic al/Performance Evaluation Process The multi-disciplinary TPRB clinical team will request samples (no charge) from the product line to be clinically eval uated at select Military Treatment Facilities. 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. HST, 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 standardization 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, a TPRB Clinical Team comprised of medical professionals from multiple disciplines will evaluate the products based on the evaluation criteria below. The TPRB Clinical Team intends that clinical evaluations be conducted in a non-cli nical and 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, in-person, in-service to Tripler Army Medical Center (TAMC) prior to the use of their Surgical Gloves. Vendors who cannot provide an on-site, in-person, in-service to TAMC will be excluded from the standardization process. The TPRBs rationale for in-servicing for this product group is based on the multiple clinical trai ning programs, constant rotation of staff, and the use of rotating contract personnel. In-service is required to meet the governments minimum need and is normal and customary. All vendors will be required to provide product literature, training aid es and teaching materials to NH Guam, NH Yokosuka, NH Okinawa, 35th MDG Misawa, and the 121st CSH. Vendors who cannot provide product literature, training aides, and teaching materials to the above MTFs will be excluded from the standardization process. Th e application of this training option is required to meet the governments minimum need and is normal and customary. Clinical evaluation process for TAMC. Each vendor will provide on-site, in-person, in-servicing for a period of one week. One vendor per week. The TAMC TPRB Clinician will coordinate the scheduling and location of the in-service/product presentation. Day 1, vendor will provide in-service/product presentation. Day 2-5, clinical evaluation will be conducted. The vendor will be available for any questions, consultations, or guidance. Clinical evaluation process for other participating MTFs. Each vendor will provide product literature, training aides, and teaching material prior to the clinical evaluation. The TPRB Clinicians will c oordinate the clinical evaluation. Day 1, the staff will review the product literature, training aides, and teaching material provided by each vendor. Day 2-5, clinical evaluations will be conducted. Vendors will be available by telephone for questions, co nsultations, and guidance. The following Clinical/Performance Evaluation Criteria have been established for this standardization initiative: 1. Glove cuff fit, length, memory of cuff is adequate. (Glove cuff does not roll down wrist, does no t bunch up at wrist  adheres snugly to gown cuff) 2. Gloves are easily donned. (Glove easily fits over dry or damp hands) 3. Gloves are non-irritating to skin. (No reddened skin, no areas of discoloration, no evidence of raised blisters, rash, or co mplaints by wearer of pain or itching) 4. Gloves are flexible and glove material stretches across palm area, fingers and top of hand evenly. (Glove material does not restrict movement of hand, wrist and fingers) 5. Gloves provide tactile sensitivity. (Wearer can discern tissue composition, position of suture ties, changes in tissue and body cavity temperature, can feel characteristics of tendons, muscles, v essels, lesions and skin and can feel the weight and balance of instruments) 6. Packaging allows for safe and sterile presentation to field. (Envelope edges of outer packaging separates evenly  no uneven edges of tearing into the inner packaging)< BR>7. Inner protective packaging remains open and flat and allows for easy access to gloves. (Inner packaging memory is imperceptible  the folded sections do not try to re-close and fold over gloves) Phase III  Pricing Analysis Process. After the clinical/performance evaluation is completed and analyzed 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. Vendors will be provided 7 calendar days to submit their price quotes in a prescribed format via email. Price quotes must be received by 5:00 p.m. HST on the 7th calendar day. Failure to respond within this timeframe or failure to submit incentive discounts from their DAPA prices wi ll 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 Region 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 become more equal, price will become more impo rtant. Pricing will be evaluated based on best value to the government and will be based on a committed volume for a 2-year period with possible one-year option periods (not to exceed 5 years). The following elements will be considered in the pricing analy sis: (1) Impact of RIA prices on the Region (Post-Standardization Costs), (2) Potential Cost Avoidance (this is included as reporting metric only), (3) Impact of Unmatched Lines, and (4) Consideration of stockage keeping units (SKUs) by each vendor. Due t o 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.
 
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
SN01518369-W 20080229/080228014417 (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.