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 -- CSR Wraps

Notice Date
9/9/2008
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 74th Medical Group-Wright Patterson Medical Center, Bldg 830, 4881 Sugar Maple Dr, Wright-Patterson AFB, Ohio, 45433
 
ZIP Code
45433
 
Solicitation Number
R5-09-09-08-068-CSR
 
Archive Date
10/1/2008
 
Point of Contact
Phyllis A Targett,, Phone: 937-257-9075, Keith Tousignant,, Phone: 937-257-6398
 
E-Mail Address
phyllis.targett@wpafb.af.mil, keith.tousignant@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
A. General Information The Heartland Region comprised of 5 Army, Navy, and Air Force, Medical Treatment Facilities in Ohio, Illinois, and Kentucky seeks to initiate the standardization process for CSR Wraps. Standardization for this product line represents a previously standardized product line initiative for this Region. The Heartland Region originally completed this product line for standardization in November 2002, and it expired October 2007. This product line includes a full line of CSR Wraps in various sizes and descriptions, as detailed in Technical Criteria 1.a. Usage Items. Vendors MUST provide a complete list of items supplied (catalog, etc.) and product literature in response to this Request for Quotes (RFQ). Vendors are required to supply all items listed in all sizes and styles listed. Vendors who do not have a complete product line, as detailed below in usage items, will be disqualified in Phase I. 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 (PV) Program. The seven facilities in the area include Wright Patterson Air Force Base Ohio, Scott Air Force Base Illinois, Naval Health Clinics of Great Lakes Illinois, Blanchfield Army Community Hospital Ft Campbell Kentucky, Ireland Army Community Hospital Ft Knox Kentucky, Naval Hospital Corps School Great Lakes Illinois, and USCG Air Station Traverse City Michigan. This standardization action is part of the Medical/Surgical PV program executed by the Defense Supply Center Philadelphia, Directorate of Medical Materiel. To participate, your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the Regions current PV Owens & Minor. This is pursuant to the DAPA clause by which DAPA holders agree to the Standardization process and to allow PV to distribute their products. This RFQ will result in Regional Incentive Agreements (RIAs) that supplement to the PV Program and it is not a contract. For additional information regarding DSCP's PV 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 (2) years (24 months) from date of selection with three (3) 12-month option periods. Anticipated selection date is January 2009. 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. 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 Phyllis Targett 937-257-9075 phyllis.targett@wpafb.af.mil B. Products & Performance Required The Heartland Region is seeking product line items in the category of CSR Wraps, which at a minimum includes the high volume lines below (93% of total sales). Within this region, this product line has an estimated annual dollar requirement of $99,707.75. The top ten high volume usage lines for this project are shown in the Technical/Company Criteria below. This forecast is based on historical CDMIA sales for a 12-month period. At the request of the Regional MTF's vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of the product, conversion information, PV order numbers, MSDS information, and itemization of the brands, types and packaging information of the products provided 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) POC (Name and Phone Number, Fax Number, and E-mail address) to phyllis.targett@wpafb.af.mil (937) 257-9075. All e-mail communication between vendors and the region must be digitally signed. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) must be digitally signed as well. Submissions must be received by 4:00 PM EST on the specified closing date of this RFQ. Vendors that fail to meet this submittal deadline will be disqualified from participating. This process will include vendor requirements for providing electronic responses to technical criteria, no charge literature for clinical evaluation, and submission of electronic best price quotes. Due to the potential for e-mail to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Regional POC stated above their initial submission, best price submissions, and literature or other requested information have actually arrived at the Heartland Region Tri-Service Business Office (TRBO) via e-mail. 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. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing body of the standardization process. This board includes clinicians and logisticians from all of the MTF's within the Heartland Region. They are the deciding officials for this initiative. The Heartland Region intends to evaluate price quotes and select a vendor or vendors 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 Heartland 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. 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 response 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. All technical/company criteria are weighted equally. The responses will be reviewed under the purview of the TPRB 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. In general, "acceptability" for purposes of evaluation of technical/company criteria is defined as follows: (1) based on the vendor's 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 vendor's 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. 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 qualify and be invited to participate in the clinical/performance evaluation process as well as the price analysis process and will be requested to submit their best product/price discount quotes via an email communication with each vendor. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) must be digitally signed. 1. Vendors must provide a complete line of CSR Wraps. A ‘complete line of product' is defined as the MTF's 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. Usage Items: At a minimum this includes CSR Wraps that are non-absorbent, with minimal/low lint, provide for a variety of sterilization methods (steam and low temperature sterilization), in a variety of sizes to include but not limited to Regular strength Wraps (sizes 24"x 24", 36" x 36", and 40" x 40") Mid-weight strength Wraps (sizes 24" x24", 36" x 36", and 54" x 54"); Heavy-duty strength Wraps (sizes 18" x 18", 24" x 24", 36" x 36", 48" x 48", and 54" x 54"). 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 types listed above. (Vendors who do not have a complete product line as above will be disqualified in Phase I. b. Vendors 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 styles listed above. (Vendors who do not have a complete product line as above will be disqualified in Phase I. c. Vendors MUST provide supporting documentation that all CSR Wraps that are manufactured and/or distributed are FDA approved, and provide supporting documentation to support this requirement with the initial submittal. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the CSR Wraps. 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. Vendor MUST have a separate agreement with the prime vendor (currently, the prime vendor is Owens & Minor) for distribution of CSR Wraps in the Heartland Region. Note that vendors whose products are not available through the regional PV will be disqualified in Phase I. Provide supporting documentation of agreement with Prime Vendor with initial submittal. 4. Vendors must submit discounts off DAPA for all products included in this standardization initiative. 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 in Phase II will be disqualified. 5. Vendors MUST have a local vendor representative for the Heartland 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. Vendors MUST provide any history of back orders and recalls that occurred during the most recent 12-month period for the CSR Wraps products, including dates, duration, cause, and resolution. Vendors will not have an opportunity to provide additional 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. Vendor MUST provide Latex free/safe products. Vendor MUST provide a complete list of latex safe/free items supplied (catalog, etc.) in response to RFQ with initial submittal. 8. Vendor MUST provide CSR Wraps that are non-toxic and have non-fast dyes. Provide supporting documentation with initial submittal. 9. Vendor MUST provide CSR Wraps that are water-resistant or impervious. Provide supporting documentation with initial submittal. 10. Vendor MUST provide CSR Wraps that have Minimal/Low lint. Provide supporting documentation with initial submittal. 11. Vendor MUST provide products that have a barrier material which is impermeable to liquids and microorganisms. Provide supporting documentation with initial submittal. Phase II - Clinical Evaluation and Price Analysis Process For those companies that meet the requirements above, the Clinical Product Team (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. 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. 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 vendor's product sample sets against the clinical/performance criteria in a non-clinical (non-patient care) setting using a Likert scale, with a one to five rating. The scale descriptors are: 1 = strongly disagree, 2=disagree, 3=neutral, 4=agree and 5 = strongly agree. All clinical/performance criteria are weighted equally. The clinical/performance evaluation period will last for 21 calendar days. The CPT has established an Actual Clinical Acceptability Threshold of 3.75 for the Clinical Acceptability of products for standardization. The CPT will determine the Actual Clinical Acceptability Threshold for this standardization initiative at or near 3.75, 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 Actual Clinical Acceptability Threshold of 3.75, in determining the Actual Clinical Acceptability Threshold. Vendors scoring below the Actual Clinical Acceptability Threshold will be determined to be clinically Unacceptable, and will be disqualified from further consideration for this standardization initiative. 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 following Clinical/Performance Evaluation Criteria have been established for this standardization initiative: Vendor products must meet the actual Clinical Acceptability Threshold: 3.75. Clinical/Performance Criteria - Each of the following criteria will be evaluated a minimum of 5 times each in a non-clinical/non-patient care setting using direct observation: 1. When applying to appropriate items, the sterilization wrap conforms smoothly without stretching or tearing. a. The Wrap must be strong, flexible and remain intact through out the sterilization process for sterility of the package to be maintained. b. This criterion will be evaluated by one (1) trial for regular strength wrap, mid- strength wrap, and heavy duty strength wrap; at least one (1) trial for each wrap size in a non-clinical/non-patient care setting. c. Each wrap will be applied according to manufacture's guidelines, and visually inspected for conformity, stretching and for tears; each pouch will be filled according to manufacture guidelines, and visually inspected for stretching and for tears. 2. Sterilization Wraps resist saturation and any penetration of liquids. a. CSR Barrier must effectively resist saturation and /or any liquid penetration to maintain package sterility. b. This criterion will be evaluated by one (1) trial for all wrap strengths in a non-clinical/non-patient care setting. c. The CSR Wrap will be inspected a sterilization process cycle for visual signs of moisture and/or wetness. Price Analysis Process 1. Vendors who are qualify to progress to clinical/performance evaluations will be requested to provide their best product and price discount quotes concurrent with product samples being requested. 2. Vendors will be given 14 calendar days from the date of pricing requests, to submit RIA pricing quotes, in a prescribed electronic spreadsheet format, based upon the requirements of the Heartland Region. Pricing must be received at the TRBO by 4:00 PM (EST), fourteen (14) calendar days after the issue date of the vendor notice to submit best product and price quotes. Failure to respond within this timeframe will result in your company being excluded from further participation/consideration. The Region intends to evaluate quotes and select a vendor on initial submissions/quotes. Vendor quotes should contain the vendor's best product matches for the products or product lines requested in this announcement. Vendor quotes should also contain the vendor's best responses to any other technical and/or company questions listed in this request. 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). 3. Vendors will forward pricing to the TRBO, and the TRBO will prepare a pricing analysis to be reviewed by the TPRB. Pricing will be based on a committed volume for a two-year period with possible one-year option periods not to exceed 5 years. 4. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considered significantly more important than cost or price. As the evaluation results become more technically and clinically equal, price will become more important. 5. The following elements may be considered in the pricing analysis: a. Impact of RIA prices on the Region (Post-Standardization Costs); b. Potential Cost Avoidance, representing the discount offered by the company from their DAPA and FSS pricing with cost avoidance being the difference between DAPA pricing and RIA pricing multiplied by the number of items purchased over time. c. Impact of Unmatched Lines (i.e., do 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?) d. Consideration of Stock Keeping Units (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 Region reserves the right to limit the number of quotes to the greatest number that will permit an efficient competition among vendors. The Region reserves the right to make a down-selection during the evaluation process based on considerations of efficient competition. Non-Selected Vendors will be notified in writing regarding selection/non-selection at the conclusion of the completed product evaluation process.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52ed15c78c782275eb36dc21b2951a2c&tab=core&_cview=1)
 
Place of Performance
Address: 88th Medical Group/ MDSS/ SGSL/ TRBO, 4881 Sugar Maple Dr., Bldg 830, Wright-Patterson AFB,, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01665258-W 20080911/080909223650-52ed15c78c782275eb36dc21b2951a2c (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.