Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOURCES SOUGHT

65 -- The Pacific Region TRBO 12, announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Bathing System: Single Use, No Rinse Wipes.

Notice Date
9/9/2008
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Pacific Regional Contr Ofc TAMC, 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-3020
 
Response Due
9/30/2008
 
Archive Date
11/29/2008
 
Point of Contact
Susan Hwang, 808-433-3686<br />
 
Small Business Set-Aside
N/A
 
Description
65-Medical Supplies-Potential Sources Sought A.General Information. The Pacific Region-Tri-Service Regional Business Office (TRBO) Region 12, a military integrated delivery network, comprised of 17 Army, Navy, Air Force, and Marine Corps Medical Treatment Facilities (MTFs) in Hawaii, Guam, Okinawa, Japan, and Korea announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Bathing System: Single Use, No Rinse Wipes. 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 Department of Defense (DoD) Prime Vendor (PV) Program The major facilities in the region include Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, and 374th Medical Group (MDG), Yokota AB, Japan. 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 years (24 months) from date of selection with three 12-month option periods. Anticipated selection date is April 2009. The evaluation will be based on technical, clinical, 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. 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. Point of Contact: Mary Summers, TRBO Team Leader 808-433-3686, mary.summers1@us.army.mil Cheryl Janus, RN, Clinical Analyst 808-433-7985, cheryl.janus@amedd.army.mil B.Products & Performance Required. The Pacific Region is seeking product line items in the category of Bathing System: Single Use, No Rinse Wipes, which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $79,600. This forecast is based on historical prime vendor sales during a recent 12-month period. The top high volume usage lines for this project include: Part #7900, WASHCLOTH COMFORT MOIST 8PK, Del Qty 551, annual usage $44,367 Part#7873, DEODORANT BATH SKIN CHK-8PK 60, Del Qty 178, annual usage $17,462 Part#7905, WASHCLOTH INCONTINENCE 8PK, Del Qty 105, annual usage $12,499 Part#7818, DEODORANT BATH MEDIUM WEIGHT, Del Qty 54, annual usage $4,536 At the request of the Pacific Regional Military Treatment Facilities, vendors will provide 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 DAPA holders interested in participating in this standardization initiative should email their (1) Company name and address, (2) Point of Contact (POC) Name and Phone Number, Fax Number, and E-mail address to mary.summers1@us.army.mil AND cheryl.janus@amedd.army.mil. Submissions must be received by 5:00 p.m. Hawaii Standard Time (HST) on the specified closing date/time of this solicitation. 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 product samples and literature 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 stated above that their initial submission, quotes, and literature or other requested information has actually arrived at the Regional TRBO 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. D. Source Selection Procedures The Tri-Service Product Review Board (TPRB) is the governing body of the standardization process and program. This board includes clinicians and logisticians from the MTFs within the Pacific Region. The board is chaired by the Designated Senior Logistician (DSL) and Co-Chaired by a physician and nurse from the Naval Hospital Yokosuka and the Hawaii Multi Service Marketing Management Office, respectively. 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 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 Pacific Region). Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. If industry participation is unsatisfactory, the TPRB will decide whether to proceed with or delay the project. Interested vendors are to respond to this Federal Business Opportunity (FBO) announcement by emailing their intent to participate to the above POC by the required response date. This source selection procedure is a one-step process. The TRBO will request responses to the technical/company criteria, the no charge literature and no charge sample set, and best value pricing from the vendor in a one-step source selection process. Vendors will have 30 calendar days to respond to the TRBO with their responses to the technical/company criteria, delivery of the no charge literature and no charge sample set to the Tri-Service Regional Business Office (TRBO), and best value price quote. Vendors best value pricing will be in a prescribed electronic spreadsheet format, based upon the total requirements of the Pacific Region. Vendors that fail to respond to the technical/company criteria or fail to send the no charge literature and no charge sample set or fails to provide a best value price quote will be disqualified from further consideration in the standardization initiative. Literature and samples must be received by the TRBO by close of business (COB) 5:00 post meridiem (PM) Hawaii Standard Time (HST), 30 days after the date of request to supply samples. All vendors must send the TRBO verification regarding the date of shipment. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) must be digitally signed. Vendors that have been disqualified will be notified in writing by e-mail at the conclusion of the process. Acceptability for purposes of evaluation of technical/company criteria is defined as follows: 1) based on the vendors responses, the evaluators have reasonable confidence 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. 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 no charge samples to be provided are as follows: 50 packs of Bathing System, Single Use, No Rinse Wipe, Scented; 50 packets of Bathing System, Single Use, No Rinse Wipe, Unscented. The Clinical Product Team (CPT) members, attending the Pacific Region Annual Meeting, will evaluate the clinical/performance criteria using a Likert type scale with a 1-5 scoring range. The scale descriptors are: One (1) = Strongly Disagree; Two (2) = Disagree; Three (3) = Neutral; Four (4) = Agree; and Five (5) = Strongly Agree. The evaluating CPT, which consists of physicians, nurses, allied health professionals, and technicians from the Pacific Region MTFs, will evaluate the products based on the evaluation criteria below. The CPT intends that clinical evaluations be conducted in a non-clinical (non-patient) setting. The Region intends to evaluate quotes and select a vendor or vendor(s), on initial submission/quotes. Vendor quotes should contain the vendor's best product matches for the products or product lines requested in the announcement. Vendor quotes should contain the vendor's best tiered-pricing discounts off the Vendor's DAPA pricing (based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region). 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. However, the Region reserves the right to request revised quotes, if determined necessary. The Region reserves the right to limit the number of quotes to the greatest number that will permit an efficient competition among vendors. Vendors that fail to submit price quotes will be disqualified from further consideration in this standardization initiative. Technical/Company and Clinical/Performance factors will be weighted more heavily than 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 2-year period with possible one-year 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), (2) Impact of Unmatched Lines, (3) Potential Cost Avoidance (this is included as a reporting metric) and (4) Consideration of stockage keeping units (SKUs) by each vendor. SKU review will assess the number of line items a vendor is able to supply to the MTFs versus the number of currently used line items. Cost avoidance is used as a reporting metric, not as an element of the decision. Technical/Company Criteria The following Technical/Company Criteria have been established for this standardization initiative: 1. Vendors must manufacture and/or distribute a complete product line of Bathing System: Single Use, No-Rinse Wipes. 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. Provide list of all brands of this product line that you manufacturer or distribute with the initial submittal. At a minimum, the following items are required: Bathing System: Single Use, No-Rinse Wipes. Both scented and unscented products 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the Bathing System: Single Use, No-Rinse Wipes product line. Provide the DAPA number or proof of the application process with the initial submittal. 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 regional prime vendor Cardinal Health for distribution in this Region and provide certification of this with the initial submittal. Vendors whose products are not available through the regional PV will be disqualified. Provide documentation of agreement with Prime Vendor. 4. Vendors must provide discounts off DAPA for all products included in this standardization initiative. Where lower Federal Supply Schedule (FSS) prices 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. Vendors that fail to provide a discount from DAPA will be disqualified 5. Vendors must provide no cost product literature, and materials for Bathing System products as well as no cost samples for the evaluation. Describe your available company product literature and material resources in your response 6. Vendors must provide a latex free product and this must be indicated on the packaging. 7. Vendors must provide single use, no-rinse wipes which are pre-moistened, hypoallergenic and contain moisturizers. Provide product literature information with your submittal. Clinical/Performance Criteria: The following Clinical/Performance Criteria have been established for this standardization initiative: 1. The wipes are pre-moistened and effectively cleanse the skin. (Product will be moist enough to remove skin oils and perspiration; not abrade skin or scratch skin due to dryness) Addresses patient comfort and patient safety. 1.a. Wipe will not abrade the skin or be so saturated that solution runs off the patient. 1.b. This criterion will be evaluated by TPRB members, in a non-clinical setting, during the Annual Meeting, in Hawaii, January 14-15, 2009. 1.c. The evaluators will test the wipes on themselves. The expectation is that the wipe will be moist, not dry or overly saturated. 2. The wipes are made of a durable and soft material that does not shed. (Product required to be a woven material which retains solutions, does not shred when applied as a washcloth to the skin and does not leave any debris fabric threads or debris) Addresses cost, efficiencies of clinicians and patient comfort. 2.a. The wrap woven fabric will not deteriorate and form shreds of material. 2.b. This criterion will be evaluated by TPRB members, in a non-clinical setting, during the Annual Meeting, in Hawaii, January 14-15, 2009. 2.c. The evaluators will test the wipes for durability and lack of debris. The expectation is that the woven material will not form shreds of materials. 3. The wipes do not have an offensive or irritating odor. (The wipe should have a subtle, neutral and pleasant scent. The aroma should not be offensive to patients sense of smell) Addresses patient safety and patient comfort. 3.a. The wipe will have a neutral, pleasant odor. An unpleasant, offensive odor can be disturbing to a patient. 3.b. This criterion will be evaluated by TPRB members, in a non-clinical setting, during the Annual Meeting, in Hawaii, January 14-15, 2009. 3.c. The evaluators will test the wipes for offensive odors. The expectation is that the wipe will have a neutral, pleasant, non-offensive odor. 4. The product solution dries on the skin with no sticky residue. (Skin should be smooth and not have any evidence or sensation of any solution left on the skin Addresses patient comfort. 4.a. The solution will dry without leaving any sense of itching, tightness of skin or sensation that a film has been left on the skin. 4.b. This criterion will be evaluated by TPRB members, in a non-clinical setting, during the Annual Meeting, in Hawaii, January 14-15, 2009. 4.c. The evaluators will test the wipes for a sticky residue. The expectation is that the solution, once dried on the skin, will not leave a sticky residue. 5. The product solution is non-drying or irritating to the skin. (Skin should not have any evidence of redness, rash or breaks in the skin integrity) Addresses patient safety and patient comfort. 5.a. Solution will dry on skin and leave the skin smooth and soft. Dryness, cracks in the skin and irritation of the skin can be a portal for microbes. 5.b. This criterion will be evaluated by TPRB members, in a non-clinical setting, during the Annual Meeting, in Hawaii, January 14-15, 2009. 5.c. The evaluators will test the wipes for skin dryness, irritation and cracks on the skin. The expectation is that the solution will not leave the skin irritated, red or create a rash. 6. The package allows for easy dispensing. (Packaging should be easily opened and the wipes be aligned for easy withdrawal) Addresses staff efficiencies and potential product waste. 6.a. The packaging should have easy access to the product. The product should dispense in an organized one wipe at a time manner. 6.b This criterion will be evaluated by TPRB members, in a non-clinical setting, during the Annual Meeting, in Hawaii, January 14-15, 2009. 6.c. The evaluators will test the packaging for easy dispensing of product. The expectation is that the packaging will allow for easy access and organized dispensing of wipes.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4c266ad1d61e176bc8025f27963520bc&tab=core&_cview=1)
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI<br />
Zip Code: 96859-5000<br />
 
Record
SN01663845-W 20080911/080909220620-4c266ad1d61e176bc8025f27963520bc (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.