Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOURCES SOUGHT

65 -- Incentive Spirometers

Notice Date
5/20/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-08-0005
 
Response Due
6/12/2008
 
Point of Contact
HERMAN C MCELVEEN JR, 7067873881
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. FOR FURTHER INFORMATION CONTACT MS VIRGINIA (GINNY) SLAYTON @ 706-787-2019 OR virginia.slayton@us.army.mil OR MS Floria Jones, (706) 787-2094, floria.jones@us.army.mil A.General Information. The Southeast Region (TRBO Reg. 3 & 4), a military integrated delivery network, comprised of 46 Army, Navy, Air Force, Marine Corps, and U.S. Coast Guard Medical Treatment Facilities (MTFs) in the states of Alabama, Georgia, Florida, Mississippi, South Carolina, Tennessee, and affiliated MTFs in countries of Puerto Rico, Honduras, and Cuba announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Incentive Spirometers. The primary objective of this program is to standardize the quality of care across this 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 product be obtained through the DoD Prime Vendor Program. The major facilities in the Southeast Region include, but are not limited to Eisenhower Army Medical Center (FT Gordon, GA), Winn Army Community Hospital (FT Stewart, GA), Martin Army Community Hospital (FT Benning, GA), Naval Hospital Jacksonville (NAS Jacksonville, FL), 96th Medical Group (Eglin AFB, FL), Naval Hospital Pensacola (Pensacola, FL), Naval Hospital Beaufort (Beaufort, SC), 81st Medical Group (Keesler AFB, MS) and the 6th Medical Group (MacDill AFB, FL). 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 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 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 year(s) (24 months) from date of selection with three 12-month option periods (not to exceed 5 years.) Anticipated selection date is October 2008. The evaluation will be based on clinical, technical, and pricing factors. Clinical/performance and technical/company factors will be weighted more heavily than price. 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. 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. A multiple vendor RIA selection may provide the best-value, lowest overall cost alternative if: 1) The requirements of the Region for Incentive Spirometers product line can be met in the most clinically effective manner by more than one vendor, and 2) The requirements of the Region for Incentive Spirometers product line can be met with the lowest overall cost, by more than one vendor. Point of Contact: Floria Jones, (706) 787-2094, floria.jones@us.army.mil, or Ginny Slayton, (706) 787-2019, Virginia.slayton@us.army.mil. B.Products & Performance Required. The Southeast Region is seeking product line items in the category of Incentive Spirometers, which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $33,944.42. This forecast is based on historical prime vendor sales during a recent 12-month period. The top high volume usage lines for this project are shown in the Technical/Company Criteria below. At the request of the Southeast Regional MTFs, vendors will provide on-site support and in-servicing during implementation, conversion information, prime vendor order numbers, and itemization of the brands, types and packaging information of the products supplied by the vendor. C.Instructions to Vendors. DAPA holders interested in participating in this standardization initiative should email their detailed responses to the technical/company criteria and (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to the enclosed POC. Submissions must be received by 5:00 PM EST on the specified closing date/time of this sources sought notice. Vendors that fail to meet this submittal deadline will be disqualified from participating in the standardization process. 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 Region that its initial submission, quote and literature actually arrived at the Region via email. Each submitting vendor is advised to confirm receipt, allowing adequate time for resubmission before the due date/time, should a problem occur with the first submission. Vendors that do not meet the deadline of COB 5:00PM EST on the date listed for closing (per the FBO RFQ), will be disqualified from further consideration in the standardization initiative. All email communications between vendors and the Region will be digitally signed by the issuer. 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 Southeast 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 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). (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 to provide quote on discounts, in response to this RFQ. Phase I Technical/Company Evaluation Process. Interested vendors are to respond to this FBO announcement by emailing their detailed responses and required certifications & documentation to the 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 by the Clinical Product Team (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 and pricing analysis. a.) In general, acceptability for purposes of evaluation of technical/company criteria is defined as follows: (1) based on the vendors responses, the evaluators have reasonable confidence that the line of products and/or services submitted meet the medical standards of care of the community, applicable to such products or services; (2) the vendors information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. NOTE: Specific technical/company criteria will require an additional, more-specific definition of technical acceptability. The specific standard for technical acceptability will be set forth with the individual statement of each criterion, as required. The following equally weighted Technical/Company Evaluation Criteria have been established for this standardization initiative: 1.Vendor MUST provide a complete line of Incentive Spirometer 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. a.At a minimum this includes Incentive Spirometers that are disposable volumetric exercisers (2500 ml to 5000 ml), flow incentive spirometers with adjustable flow ranges, both with adjustable goal indicators. Vendors are required to supply all items listed in all sizes listed. b.Vendor MUST provide a complete list of items supplied (catalog, etc.) and product literature in response to this RFQ with initial submittal. Vendors are required to supply all items listed in all sizes and device type. (Vendors who do not have a complete product line as above will be disqualified in Phase I). 2.Vendor MUST have a DAPA for the Incentive Spirometer product line. Provide the DAPA number with initial submittal. (Note that vendors without a DAPA number will be disqualified in Phase I). 3.Vendor MUST have a separate agreement with the prime vendor (currently, the prime vendor is Owens & Minor) for Incentive Spirometers in the Southeast Region. (Note that vendors whose products are not available through the regional PV will be disqualified in Phase I.) Provide supporting documentation (four digit code) of agreement with Prime Vendor with initial submittal. 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 to provide quote on discounts, in response to this RFQ. Vendors who do not provide discounts off DAPA for ALL products in Phase III will be disqualified. 5.Vendor MUST have a local vendor representative for the Southeast Region Medical Treatment facilities to provide sufficient product implementation services and customer servicing to the multi-service regional facilities. Vendors MUST provide contact information, i.e. name, address, phone number, and e-mail address with initial submittal. 6.Vendor MUST provide all history of back orders and/or recalls that occurred during the most recent 12-month period for Incentive Spirometer products, including dates, duration, cause, and resolution. Vendors will not have an opportunity to provide additional information on back orders and recall during any subsequent stage in this evaluation. Vendors are encouraged to submit all information deem relevant (i.e., positive resolutions, etc.) in response to this RFQ. The Government will not contact any provided points of contact in response to this question. Vendors should not provide point of contact information in response to this question. 7.Vendor MUST provide products that are Latex safe/free. Vendor MUST provide a complete list of latex safe/free items supplied (catalog, etc,) in response to this RFQ with initial submittal. Phase II Clinical/Performance and Pricing Evaluation Process. Following acceptability of the technical/company criteria, the TRBO, on behalf of the CPT, will request literature and product sample sets from the product group to be sent to select MTFs for evaluation. Vendors are required to ship their literature and samples directly to the designated MTFs and will be allowed 14 calendar days from the date of notification to complete the delivery. Samples and literature must be shipped to arrive at the MTF by COB, 5:00 PM EST, on the (14th) calendar day after the notice to ship. Vendors failing to deliver the literature and product sample sets by the deadline will be disqualified from this standardization initiative. NOTE: all vendors must send the TRBO verification regarding the quantity, products, description of items, and date of shipment from the vendor, anticipated delivery date and individual who signed for literature and product sample sets. Specific MTFs will evaluate the vendors product sample sets against the clinical/performance criteria in a clinical (patient care) setting using a Likert scale, with a one to five rating. The scale descriptors are: one (1)-not acceptable, two (2)-minimally acceptable, three (3)-acceptable, four (4)-more acceptable and five (5)-highly acceptable. All clinical/performance criteria are weighted equally. The clinical/performance evaluation period will last for 21 calendar days. To determine acceptability, a Clinical Product Team (CPT) comprised of medical professionals from multiple disciplines will evaluate the products based on the evaluation criteria below. The CPT intends that clinical evaluations be conducted in a clinical (patient care) setting. The following Clinical/Performance Evaluation Criteria have been established for this standardization initiative: 1.(Encourage patients active involvement in care)The internal float device is able to move freely within inspiratory flow chamber. a.A freely moving float device is able to be raised by patients inspired breaths. This provides respiratory exercise. b.This criterion will be evaluated by three (3) trials in a clinical (patient care) setting. c.The evaluator will turn Incentive Spirometer upside down and observe that internal float device slowly falls to the bottom of the chamber. 2.(Encourage patients active involvement in care) Adjustable goal indicator is easy to reposition. a.An adjustable goal indicator allows clinician and patient to assess exercise progress. b.This criterion will be evaluated by three (3) trials in a clinical (patient care) setting. c.The evaluator will manually slide goal indicator up and down a long the side of the incentive spirometer to assure its ease of repositioning. 3.(Encourage patients active involvement in care) Graphics indicating inspiratory volume are clearly marked on the spirometer. a.Highly visible graphic (indicating inspiratory flow rate volume) helps patient perform and monitor their own breathing exercises without supervision. b.This criterion will be evaluated by three (3) trials in a clinical (patient care) setting. c.The evaluator will visually observe that inspiratory flow rate volume can be clearly identified by user... 4. (Patient comfort) Mouthpiece fits comfortably. a.A tight seal of mouth piece is necessary for efficient inspiratory exercise results. b.This criterion will be evaluated by three (3) trials in a clinical (patient care) setting. c.The evaluator will visually observe that patient is able to acquire a tight seal on mouthpiece. Following acceptability of the technical/company criteria, the TRBO will request pricing quotes from those vendors who were found to be technical acceptable. Vendors will be provided 14 calendar days to submit their price quotes in a prescribed format via email. Price quotes must be received by 5:00 PM EST on the 14th calendar day. Failure to respond within this timeframe or failure to submit incentive discounts from their DAPA prices will result in the vendor being disqualified from further consideration/ participation. (Note: vendors that fail to submit a discount from DAPA will be disqualified. Clinical/performance and technical/company factors will be weighted more heavily than price. 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. Pricing will be evaluated based on best value to the government and will be based on a committed volume for a two year (24 months) from date of selection with three 12-month option periods (not to exceed 5 years). The following elements will be considered in the pricing analysis: (1) Impact of RIA prices on the Region. (Post-Standardization Costs). This represents the new estimated annual cost or the total cost post standardization and includes the vendors products, and the products that could not be matched. It reflects the amount the Region would pay the vendor using the RIA pricing. (2) Potential Cost Avoidance. Cost avoidance is calculated by subtracting the RIA price from the Distribution and Pricing Agreement (DAPA) price and multiplying by 12-months of usage. This is included as a reporting Matrix. (3) Impact of Unmatched Lines. The unmatched lines make it difficult to compare the prices of the various vendors, because the evaluator cannot compare similar product lines for each vendor. Those items that are considered in the high usage category will have a higher impact to the region for the unmatched product line and the end post-standardization costs. (4) Consideration of SKUs by each vendor. The Region intends to reduce the number of SKUs that must be handled per period. Vendors that can supply the complete range of clinically-required product, without unnecessary numbers of SKUs for minimally-differentiated products, will be more likely to provide the best-value solution for the Government in this standardization initiative. THE CLOSING DATE IS 12 JUNE 2008 4:00 PM EDT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=421a3a76fd45a1e517f27f4042c76b6d&tab=core&_cview=1)
 
Place of Performance
Address: TRI SERVICE SOUTHEAST REGIONAL BUSINESS OFFICE ATTN: Building 40707 40TH STREET ROOM 105 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN01577543-W 20080522/080520223036-421a3a76fd45a1e517f27f4042c76b6d (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.