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 -- Safety Butterflies (used for Blood Collection and Intravenous Infusion)

Notice Date
5/13/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
DADA09-08-T9015
 
Response Due
6/3/2008
 
Point of Contact
kevin.w.hill1, 210-292-3270
 
Small Business Set-Aside
N/A
 
Description
The Central Region (6, 7 & 8), a military integrated delivery network, comprised of 42 Army, Navy, Air Force Medical Treatment Facilities (MTFs) in the states of Arizona, Arkansas, Colorado, Idaho, Kansas, Louisiana, Missouri, Oklahoma, Nebraska, Nevada, New Mexico, North Dakota, South Dakota, Texas, Utah, and Wyoming, announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Safety Butterflies (used for Blood Collection and Intravenous Infusion). The primary objective of this program is to standardize the quality of care across the region 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 major facilities in the region include but are not limited to Brooke Army Medical Center Fort Sam Houston TX, Wilford Hall Medical Center Lackland AFB, TX, Darnall Army Medical Center, Fort Hood, TX, Reynolds ACH Fort Sill, OK, William Beaumont Army Medical Center Fort Bliss, TX, 10th Medical Group USAF Academy, CO, Evans ACH Fort Carson CO, Fort General Leonard Wood ACH, MO, Fort Riley, KS, 99th Medical Group Nellis AFB, NV, and Bayne-Jones ACH Fort Polk, LA. This standardization action is part of the Medical/Surgical 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 Prime Vendor 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 contract. 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 two years (24 months) from date of selection with three 12-month option periods. Anticipated selection date is August 2008. The evaluation will be based on clinical, technical, and pricing factors. The Technical/Company and Clinical/Performance evaluation factors 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. 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. B.Products & Performance Required. The Central Region is seeking product line items in the category of Safety Butterflies (used for Blood Collection and Intravenous Infusion), which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $260,138.85. This forecast is based on historical prime vendor sales during a recent 12-month period. This is included as a reporting metric. The top high volume usage lines for this project include: 21 gauge x inch needle 12 inch tubing with adapter; 23 gauge x inch needle 12 inch tubing with adapter; 23 gauge x inch needle 12 inch tubing without adapter; 23 gauge x inch needle 7 inch tubing with adapter; 25 gauge x inch needle 12 inch tubing with adapter. At the request of the Central 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 itemization of the brands, types and packaging information of the products supplied by the vendor. C.Instructions to Vendors. INTERESTED RESPONDENTS MUST PROVIDE DETAILED HARD COPY RESPONSES TO THE TECHNICAL CRITERIA REQUIREMENTS STATED WITHIN THIS NOTICE BY 3PM CST ON 3 June 2008. Vendors that fail to meet this submittal deadline will be disqualified from participating. This process will include vendor requirements to provide hard copy responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price quotes. Due to the potential for mail to be lost, vendors must confirm with the Regional POC stated below that their submission, quotes, and literature or other requested information has actually arrived at the Tri-Service Regional Business Office (TRBO). Each submitting vendor will confirm receipt, allowing adequate time for resubmission before the due date/time, should a problem occur with the first submission. Responses should be sent via your preferred delivery carrier with a requested return receipt and/or tracking number to Mrs. Sarah Allen, Tri-Service Regional Business Office, 7800 IH-10 West, Suite 220, San Antonio TX 78230. (ELECTRONIC SUBMISSIONS TO INITIAL ANNOUNCEMENT ARE NO LONGER ACCEPTED) All e-mail communication between vendors and the region should be digitally signed. Contact Mrs. Sarah Allen at (210) 292-3287 prior to the closing date of this announcement with any further questions. D. Evaluation Criteria. The Tri-Service Product Review Board (TPRB) is the governing body of the standardization process. This board includes clinicians and logisticians from the Military Treatment Facilities within the Central Region. They are the deciding officials for this initiative. Phase I Technical/Company Evaluation Process. Interested respondents are to respond to this FBO announcement by mailing their intent to participate with hard copies of the following information: company name, point of contact, address, phone number, fax, email address, announcement number, DAPA number and complete answers to the technical criteria to the above POC by the required response date. Vendors are required to meet/provide responses to the technical/company criteria stated below. All technical/company criteria are weighted equally. The responses will be reviewed under the purview of the CPT 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 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 services 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) Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as their DAPA price. Therefore, National FSS prices do not represent a discount off the DAPA. and 7) the vendors information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. If industry participation is unsatisfactory, the TPRB will decide whether to proceed with or delay the project. All e-mail communication between vendors and the region should be digitally signed. Also, all communications of significant milestones, such as invitations to participate, notices of disqualification, etc. must be digitally signed. The vendors who meet the following technical/company criteria will be qualified/invited to participate in the clinical/performance evaluation process. The following Technical/Company Evaluation Criteria have been established for this standardization initiative: Technical/Company Criteria: During the pre-source selection procedures, the CPT will validate/approve the equally weighted company/technical criteria outlined below: 1.Vendor must provide a complete line of Safety Butterflies. A complete line of product is defined as the MTFs requirements for usage items in the Safety Butterflies. 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. At a minimum, a complete product line includes: Safety Butterfly Blood Collection Sets and Safety Butterfly Intravenous Infusion Sets. 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 Safety Butterfly 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, Central Region (6, 7, & 8) prime vendor is Cardinal Healthcare) for distribution in the Region. (Note that vendors whose products are not available through the regional 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. Note: Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as the DAPA price. Vendors shall not quote FSS prices as the discounted price for purposes of this standardization initiative.) Vendors are willing to provide quotes on discounts in response to this RFQ upon request. 5.Vendors must have a local vendor representative available in the region. Provide contact information, i.e. name, address, phone number and e-mail address. 6. Vendors must supply instructions/directions for use for all products to be supplied. Provide this information with the product literature submitted in response to this RFQ. 7. Vendors must provide in-service staff training and identify company resources for such requirements with the initial submittals. Provide literature on the training. 8. Vendors products will have visible expiration date on the labeling. Phase II Clinical/Performance Evaluation Process. The multi-disciplinary Clinical Product Team facilitated by the TRBO will request samples (at no charge to the government) from the product line to be clinically evaluated 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, 3PM CST, on the twenty-first 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) is equal to not acceptable, two (2) is equal to minimally acceptable, three (3) is equal to acceptable, four (4) is equal to more acceptable, and five (5) is equal to highly acceptable. All clinical/performance criteria are equally weighted. The CPT has established a target threshold of 3.00 (threshold # may vary) for the clinically acceptability of products for standardization. The CPT will analyze this acceptability as being at or near 3.00 depending on the break in the average scores and how closely scores are clustered near the Acceptability Target Threshold of 3.00. Vendors scoring below the actual acceptability threshold will be determined to be clinically unacceptable, and will be disqualified from further consideration for this standardization initiative. In the pre-source selection procedures above, the CPT will determine/approve that both product literature and sample sets are required for the evaluation. The CPT intends that clinical evaluations be conducted in a clinical setting; however, the Government reserves the right to conduct evaluations in either a non-clinical or clinical setting or both. Clinical evaluations will be tabulated by the TRBO and results will be forwarded to the CPT for review. Clinical/Performance evaluation is more important than the price. Based on the clinical evaluation results, the CPT will provide a vendor selection recommendation to the TPRB. Clinical/Performance Criteria: During the pre-source selection procedures, the CPT will evaluate products based on the equally weighted clinical/performance criteria outlined below: Clinical Acceptability Target Threshold: 3.0 1.Ability to deploy safety feature with a single hand. a.Clinicians require this to deploy safety feature with a single hand. b.This criterion will be evaluated in the clinical setting by use of the Safety Butterfly on approximately 6 patients. c.Product will be examined for ease of opening during use and evaluation. 2.Audible or visual activation of safety feature is immediate. a.Clinicians require this to know safety features have been deployed. b.This criterion will be evaluated in the clinical setting by use of the Safety Butterfly on approximately 6 patients Clinicians will note the activation during the evaluation process. 3.Safety feature does not obscure visibility of needle for insertion. a. The safety feature impacts the amount of needle thats visible. b. This criterion will be evaluated in the clinical setting by use of the Safety Butterfly on approximately 6 patients. c. Clinicians will inspect this product to ensure the device is not bulky. 4.Tubing is soft, flexible and does not have memory. a. Clinicians require this feature to prevent coiling, kinking and tangling of tubing when removed from packaging. b. This criterion will be evaluated in the clinical setting by use of the Safety Butterfly on approximately 6 patients. c. Products will be applied and observed for ease of insertion and kinking during use and evaluation. 5. Wing features are designed to add control. a. Clinicians require this feature to provide stability of needle and prevent accidental needle sticks. b. This criterion will be evaluated in the clinical setting by use of the Safety Butterfly on approximately 6 patients. c. Products will be applied and observed for ease of insertion during use and evaluation. Phase III Pricing Analysis Process. 1.The following elements will be considered in the pricing analysis: (1) Operational Impact of RIA prices on the Region (Post-Standardization Costs), (2) Potential Cost Avoidance, (3) Impact of Unmatched Lines, and (4) Impact on SKUs by each vendor. 5) The Impact of RIA prices on the Region is considered more important than other pricing elements. 2.Vendors that meet the 3.0 clinical acceptability target threshold will be qualified to submit best value pricing for analysis to the TRBO. Those vendors with results less than 3.0 will be disqualified from further consideration depending on the break in the average scores and how closely scores are clustered near the Acceptability Target Threshold as determined by the CPT. Vendors that have been disqualified will be notified in writing at the conclusion of the evaluation process. 3.Vendors will be given 14 calendar days from the date of request to submit their best pricing quotes, in a prescribed format, based upon the total requirements of the Central Region. 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 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 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.Those vendors that fail to respond as required will be disqualified from further consideration. 5.Vendors will forward pricing to the TRBO, and the TRBO will prepare a pricing analysis. Pricing will be based on a committed volume for a two-year period with possible one-year option periods not to exceed a total of 5 years. 6.The Technical/Company and Clinical/Performance evaluation factors are considered significantly more important than cost or price. As the evaluation results become more equal, price will become more important.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=86d9da2cb2f245d500baa6338f462918&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01572185-W 20080515/080513221024-86d9da2cb2f245d500baa6338f462918 (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.