Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOURCES SOUGHT

65 -- Ostomy Supplies - Product Standardization

Notice Date
5/13/2008
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, Virginia, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
TMAR2-SS63
 
Point of Contact
Lisa J Price,, Phone: 757-953-5737, Peggy K Klingensmith,, Phone: 757-953-7547
 
E-Mail Address
lisa.price@med.navy.mil, peggy.klingensmith@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
65-Medical Supplies-Potential Sources Sought --------------- A.General Information: The Northeast, Mid-Atlantic, and Heartland Regions, collectively referred to as Logistical Support Area (LSA) North, a military integrated delivery network comprised of Army, Navy, Air Force, and Coast Guard medical treatment facilities (MTF’s) in the states of states of Maryland, Virginia, New York, Washington D.C., Delaware, Rhode Island, New Hampshire, Maine, Pennsylvania, Massachusetts, Connecticut, New Jersey, North Carolina, Ohio, Illinois, and Kentucky announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Ostomy Supplies to include, but not limited to pre-cut & “cut to fit” wafers one & two piece drainage pouches, adhesives, clamps and closures, belts, skin preparations, deodorants and lubricants The Mid-Atlantic Region has been designated as the Lead Tri-Service Regional Business Office (TRBO) for this standardization action. The primary objective of this standardization initiative is to standardize the quality of care across the LSA North 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 DoD Prime Vendor Program. The 8 Military Treatment Facilities (MTF’s) that will be participating in this standardization initiative are: Northeast Region – 79th Medical Wing, Andrews AFB, MD; Walter Reed Army Medical Center, Washington DC; National Naval Medical Center, Bethesda, MD; Mid-Atlantic Region- 1st Medical Group, Langley AFB, VA; Womack Army Medical Center, Ft Bragg, NC; Naval Medical Center, Portsmouth, VA; Naval Hospital Camp Lejeune, NC; Heartland Region-Wright Patterson Air Force Base Medical Center, OH. This standardization action 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 a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the Prime Vendor for the LSA North (Owens & Minor). 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 DSCP’s Prime vendor program please access our web site at https://dmmonline.dscp.dla.mil The Mid-Atlantic TRBO will provide anticipated volume (quantity) based on historical usage. The agreement will be for a base period of two (2) years (24 months) from date of award with three (3) 12-month option periods. Anticipated award date is August 2008. The evaluation will be based on clinical, technical, and pricing factors. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considered 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 vendor is anticipated. Point of Contact Robert Meinertzhagen, 757-953-2134, Bob.Meinertzhagen@med.navy.mil B. Products & Performance Required The LSA North is seeking a complete product line of Ostomy Supplies, to include, but not limited to pre-cut & “cut to fit” wafers one & two piece drainage pouches, adhesives, clamps and closures, belts, deodorants and lubricants which includes at a minimum but is not limited to equivalent products for the high volume items indicated below. TOP TEN HIGH VOLUME LINES Northeast Region Manufacturer NameMFG Part #Detailed DescriptionSale Amount $ MEDLINECRR107080CARRINGTON CARRASCENT ODOR ELIMINATOR$ 9,474 3M33433M NO STING BARRIER FILM, SMALL FOAM APPLICATOR, 25/BX, 4BX/CS$ 8,394 BRISTOL MYERS SQUIBB22771ACTIVE LIFE DRAINABLE CUSTOM 19 MM (3/4") TO 64 MM (2-1/2") - BOX OF TEN$ 8,267 COLOPLAST1337MICRO-GUARD POWDER, 3OZ$ 6,253 BRISTOL MYERS SQUIBB183910STOMAHESIVE PASTE 2 OZ$ 4,632 HOLLISTER3275KARAYA SEAL DRN MIC 2-1/2INCH-16INCHMED$ 4,000 BRISTOL MYERS SQUIBB37444'ALLKARE' PROTECTIVE BARRIER WIPE, BOX OF 100$ 3,440 BRISTOL MYERS SQUIBB413155SUR-FIT NATURA DURAHESIVE 4" X 4" WAFER W/FLANGE 1 3/4"$ 3,270 3M33443M NO STING BARRIER FILM, WIPE, 25/BX, 4 BX/CASE$ 2,858 BRISTOL MYERS SQUIBB413162SURFIT-NATURA DURAHESIVE FLEXIBLE WHITE, 57MM$ 2,088 TOP TEN HIGH VOLUME LINES Mid-Atlantic Region Manufacturer NameMFG Part #Detailed DescriptionSale Amount $ 3M33443M NO STING BARRIER FILM, WIPE, 25/BX, 4 BX/CASE$5,802 BRISTOL MYERS SQUIBB125264FLANGE W/WAFER FLAT SUR-FIT 1 3/4IN SYNTHETIC TAPE COLLAR FLEXIBLE 4X4 STOMA CUT TO FIT TAN$1625 BRISTOL MYERS SQUIBB037436SKIN CARE OSTOMY ADH REMOVER STRIP PAD$1,591 3M33463M NO STING BARRIER FILM PUMPO SPRAY BOTTLE$1,456 HOLLISTER8722FLANGE W/WAFER FLOAT CPL FLANGE 1 ¾ SYNTHETIC TAPE COLLAR FLEXIBLE EXTENDED WEAR STOMA CUT TO FIT 1 1/4$1,354 BRISTOL MYERS SQUIBB175764ACTIVE LIFE ONE PIECE PRE-CUT CLOSED-END POUCH WITH SKIN BARRIER AND FILTER TRANSPARENT 38 MM$1,296 HOLLISTER7717SKIN CARE OSTOMY DEODORANT DROP 8 OZ BOTTLE$1,259 BRISTOL MYERS SQUIBB183910SKIN CARE OSTOMY PASTE 2 OZ TB$1,105 HOLLISTER8778FLANGE W/WAFER CONVEX/FLOAT CPL FLANGE 2 ¼ IN SYNTHETIC TAPE COLLAR FLEXIBLE EXTENDED WEAR STOMA CUT TO FIT 1 ½ IN$994 BRISTOL MYERS SQUIBB401526POUCH 2 PC CLS 7 – 7.5 IN OPAGUE SUR-FIT FLANGE 1 ¾ ODOR FILTER$512 TOP TEN HIGH VOLUME LINES Heartland Region Manufacturer NameMFG Part #Detailed DescriptionSale Amount $ BRISTOL MYERS SQUIBB183910STOMAHESIVE PASTE 2 OZ$3,520 HOLLISTER79300STOMAHESIVE PASTE 2 OZ$2,802 BRISTOL MYERS SQUIBB401935SUR-FIT NATURA DRAINABLE POUCH$2,046 HOLLISTER7717M9 ODOR ELIMINATOR DROPS 8 OZ.$1,873 BRISTOL MYERS SQUIBB413180SUR-FIT NATURA DURAHESIVE WAFE$1,643 HOLLISTER8735PREMIER 2PC CONVEX BARR 1 1/8I$1,618 BRISTOL MYERS SQUIBB125259SUR-FIT NATURA STOMAHESIVE FLE$1,556 BRISTOL MYERS SQUIBB413181SUR-FIT NATURA DURAHESIVE WAFE$1,537 SMITH & NEPHEW412100BANISH(R) II LIQUID DEODORANT,$1,477 BRISTOL MYERS SQUIBB / CONVATEC183910STOMAHESIVE PASTE 2 OZ$3,520 The approximate total annual purchase volume of all types of Ostomy Supplies is $189,130 for the LSA North and is based upon the historical usage of standardized Ostomy Supplies over a one year period. This is included as a reporting metric. The overall evaluation will be based upon clinical, technical and pricing factors. The final award recommendation will be determined by utilizing the best value and trade off criteria. At the request of the LSA North MTFs, vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of these products, 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 participating in this standardization initiative, email your response to Bob.Meinertzhagen@med.navy.mil and provide: (1) Company name and address, (2) Point of contact information (Name and Phone Number, Fax Number, and E-mail address) (3) your company’s Distribution and Pricing Agreement (DAPA) number and (4) your company’s responses to the questions under Technical/Company Criteria below. Your email will include your agreement to provide for your products necessary technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offers that represent a discount from your company’s base uncommitted DAPA pricing. All e-mail communication between vendors and the region will be digitally signed by the issuer. If required, any postal mailings should be sent to the following address: Robert Meinertzhagen Tri-Service Regional Business Office Financial Operations Department, Bldg. 250 Naval Medical Center Portsmouth 620 John Paul Jones Circle Portsmouth, VA 23708 Email responses must be received no later than 4:00 P.M. (EST) on the specified closing date/time of this Sources Sought FBO Notice. Failure to respond within this timeframe will result in your company being excluded from participation in this standardization effort. 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 become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the Region that its quote and literature actually arrived at the TRBO via email. We strongly recommend that each submitting vendor confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. Emails and correspondence may be sent to Bob.Meinertzhagen@med.navy.mil. D. Evaluation Criteria The LSA North Tri-Service Product Review Boards (TPRB) are the governing boards of the standardization process. The boards include clinicians and logisticians from all of the MTFs within the LSA North. They are the decision makers for this initiative. Vendors will be required to provide responses to the technical/company criteria. The LSA North 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 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 LSA North). Additionally, the LSA North 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 LSA North may limit the number of quotes to the greatest number that will permit an efficient competition among vendors. 1.Vendors are required to provide responses to the technical/company criteria stated below. The responses will be reviewed under the purview of the Clinical Product Team (CPT) to determine the acceptability of each vendor. After review of the technical/company criteria, the Region will eliminate those vendors who fail to meet the criteria. The vendors who meet the following technical/company criteria will be qualified/invited to participate in the clinical/performance evaluation process via e-mail communication with each vendor. All communications of significant milestones, such as invitations to participate, notices of disqualification, etc. must be digitally signed. For those companies that meet the requirements above and the criteria below under Technical/Company Criteria, the CPT will request samples from the product group to be clinically evaluated at select Military Treatment Facilities (MTFs). Vendors are required to ship samples direct to the MTFs or respective TRBO/TPRB representative as appropriate. Vendor samples must be received no later than 4:00 P.M. (EST), fourteen (14) calendar days after the request for samples is issued to the vendors. Vendors failing to comply by the deadline will be disqualified from further consideration in the standardization process. 1.To determine acceptability, a CPT comprised of medical professionals from the MTFs will evaluate the products based on the evaluation criteria below. It is intended that clinical evaluations shall be conducted in a non-clinical setting. 2.The CPT will evaluate the products provided with the clinical/performance criteria identified in this announcement. The clinical/performance evaluation period will last for 30 calendar days. CPT teams will evaluate the product against the clinical/performance criteria. The evaluation responses will be in a Likert scale format with a 1-5 scoring range. The scale descriptors are: One (1) -- Not Acceptable; Two (2) -- Minimally Acceptable; Three (3) – Acceptable; Four (4) – Acceptable (High Side); and Five (5) -- Highly Acceptable. The CPT has established a target threshold of 3.00 for the Clinical Acceptability of products for standardization. The CPT will determine the actual Acceptability threshold for this standardization initiative -- at or near 3.00 -- depending on the location of any "break" in vendors’ average scores (i.e., a gap between vendors’ average scores). In addition, the CPT may consider how closely scores are clustered near the Acceptability target threshold of 3.00, in determining the actual Acceptability threshold. Vendors scoring below the actual Acceptability threshold will be determined to be clinically Unacceptable, and be disqualified from further consideration for this standardization initiative. 3.After the clinical/performance evaluations are completed and analyzed, all vendors in the clinical evaluation group who met the 3.00 threshold will be asked to submit their best pricing offer representing a discount from their DAPA pricing based on a minimum committed volume of 80% of the total requirements for MTFs in the LSA North. Vendors that fail to offer pricing that is discounted from their DAPA pricing will be eliminated from further consideration. Vendor Product and Price Proposals will be in the Excel template provided by the government. The vendors will provide their completed Excel template by email to Bob.Meinertzhagen@med.navy.mil. Pricing responses must be received by 4:00 P.M. (EST) fourteen (14) calendar days from the date the request is initiated by the TRBO. Failure to respond within this timeframe will result in your company being excluded from further participation/consideration. Technical/Company Criteria: The CPT will review the following technical criteria responses from each vendor and determine acceptability. Acceptability for the purpose of evaluation of the technical criteria means the responses to all questions in this section demonstrate that: (1) the vendor offering the quote is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; (2) based on the vendor’s responses, the evaluators have reasonable confidence that the product line or products and/or services offered meet the medical standards of care of the community in which such products and/or services are applicable; (3) the vendor has a DAPA for the product line, products and/or services; (4) the vendor has a commercial agreement covering the product line, products and/or services with Owens and Minor, the Prime Vendor for the region ; (5) the vendor intends to offer discounts off DAPA for all products included in this standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified); and (6) the vendor’s information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. Vendors must provide a response to each criterion listed below: 1.Vendors must provide a complete line of Ostomy Supplies products. 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. The ability for the vendor to provide these items is considered critical and failure by them to do so will result in the vendor not being included in this standardization effort. a. At a minimum, a complete product line includes: Pre-cut and “cut to fit” wafers Drainage pouches Adhesives, Deodorants, and Lubricants Clamps, Closures, and Belts Vendors are to provide a complete list of items supplied (catalog, etc.) and product literature in response to this RFQ. 2.Vendors must have a DAPA or be in the process of applying for a DAPA number for the Ostomy Supplies 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 prime vendor (currently, Owens and Minor) for distribution in the LSA North. (Note that vendors whose products are not available through the LSA North PV will be disqualified.) Provide documentation of agreement with Prime Vendor. 4.Vendors MUST submit discounts off DAPA for all products included in this standardization initiative. Note: vendors that fail to submit a discount from DAPA will be disqualified. Where lower “uncommitted” Federal Supply Schedule (FSS) prices are available, DAPA holders are required by previous agreement to provide the uncommitted FSS price as the DAPA price. Vendors shall NOT quote uncommitted FSS prices as the discounted price for purposes of this standardization initiative. Vendors are to provide a quote on discounts in response to this RFQ. Vendors who do not provide discounts off DAPA for ALL products will be disqualified.” 5.Vendors must have a local vendor representative in each region comprising the LSA North. Provide contact information, i.e. name, address, phone number, and e-mail address. 6.Vendors must provide any history of back orders and/or recalls that occurred during the most recent 12-month period for the Ostomy Supplies products, including dates, duration, cause, and resolution. Vendors will not have an opportunity to provide additional information on back orders and recalls during any subsequent stage in this evaluation. Vendors are encouraged to submit all information deemed relevant (i.e., positive resolutions, etc.) in response to this RFQ. The Government will not contact any points of contact provided in response to this question. Vendors should not provide point of contact information in response to this question. 7.Vendors must have a return goods policy, and should provide a copy of the policy with the initial submittal responding to this RFQ. 8.At a minimum, vendors must provide a standard industry warranty, and should submit evidence of the warranty policy with the initial submittals. 9.Vendors must provide in-service staff training and identify company resources for such requirements with the initial submittals. Provide literature, if available on the training. 10.Vendors must provide educational tools and materials for Ostomy Supplies products, and provide evidence of this with the initial submittals. For instance, provide literature on the tools/materials available. 11.Vendors must provide a copy of their company’s customer service policy and program 12.Vendors must provide an option to obtain products that are latex-free or otherwise hypo-allergenic. 13.Vendors are required to provide the brands your company manufactures and/or distributes. 14.Vendors are required to provide a list of styles and sizes for the products your company offers. 15.Vendors must agree that, when requested, they will provide electronic and hard copy proposed pricing and competitive product cross reference in electronic Microsoft Excel format Clinical/Performance Criteria: 1. The “pre cut” and “cut to fit” wafers have a degree of flexibility allowing for a secure fit to a contoured surface a. The fit of the wafer is crucial to the maintenance of the barrier and seal of the ostomy site b. This criterion will be evaluated by the clinician applying the wafer to a patient’s ostomy site (or simulation thereof) 2. The adhesives provide for a secure attachment to the ostomy site a. The quality of the attachment to the site is critical in barrier maintenance and obtaining a proper seal to avoid leakage b. The adhesive will be evaluated during the attachment of the wafer to the ostomy site by the clinician (or simulation thereof) 3. The drainage pouches allow for ease of opening and closing, ease of attachment to the wafer, and provide a secure fit. a. The clinician/patient must be able to easily utilize the drainage pouch to properly manage the ostomy care process b. The clinician will evaluate this criterion by applying the drainage pouch to an ostomy site (or simulation thereof) 4. The clamps, closures, and belts are easily utilized and perform as required a. The clamps, closures, and belts are integral components required to properly utilize the ostomy drainage pouch b. The clinician will utilize the clamps, closures, and belts in conjunction with the evaluation of the drainage pouch (or simulation thereof) 5. The skin preparations, deodorants and lubricants perform as required a. Deodorants and lubricants contribute greatly to comfort and quality of life of the patient during normal daily activities. b. This criterion will be evaluated by the clinician during the process of evaluating the Ostomy Supplies components as a system (or simulation thereof)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ad265150f7a13fb089970d856df7ae2&tab=core&_cview=1)
 
Place of Performance
Address: Naval Medical Center, 620 John Paul Jones Circle, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN01571964-W 20080515/080513220613-8ad265150f7a13fb089970d856df7ae2 (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.