Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOURCES SOUGHT

65 -- Surgeon's Gloves - Product Standardization - TMAR2-SS74

Notice Date
12/16/2008
 
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-SS74
 
Archive Date
1/24/2009
 
Point of Contact
Robert P. Meinertzhagen,, Phone: 757-538-2429, Lisa J Price,, Phone: 757-953-5737
 
E-Mail Address
bob.meinertzhagen@med.navy.mil, lisa.price@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
65-Medical Supplies-Potential Sources Sought --------------- A. General Information NOTE: THIS ANNOUNCEMENT AND STANDARDIZATION ACTION IS A COMPLETE REPLACEMENT FOR SOLICITATION NUMBER TMAR2-SS61 AND ALL PREVIOUS STANDARDIZATION ACTIONS FOR SURGEON’S GLOVES WITHIN THE MID-ATLANTIC REGION. ALL INTERESTED VENDORS MUST SUBMIT FOR THE FIRST TIME OR RE-SUBMIT THEIR RESPONSES REFERENCING THE NEW SOLICITATION REFERENCE NUMBER ASSIGNED TO THIS ANNOUNCEMENT. The Tri-Service Mid-Atlantic Region, a military integrated delivery network, comprised of Army, Navy, and Air Force medical commands and medical treatment facilities (MTFs) in the states of Virginia and North Carolina announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Surgeon’s Gloves, to include, but not limited to Gloves Surgical Sterile Synthetic Powder Free, sizes 6.5 to 8.5; Gloves Surgical Sterile Synthetic Powder Free Beaded Cuff, sizes 6.5 to 8.5; Gloves Surgical Sterile Latex Powder Free, sizes 6.5 to 8.5; and Gloves Surgical Sterile Latex Powder Free Beaded Cuff, sizes 6.5 to 8.5. The major facilities in the area includes: 1st Medical Group, Langley AFB, VA; 43rd Medical Group, Pope AFB, NC; 4th Medical Group, Seymour Johnson AFB, NC; Womack Army Medical Center, FT Bragg, NC; McDonald Army Community Hospital, FT Eustis, VA; Kenner Army Health Clinic, FT Lee, VA; Naval Medical Center Portsmouth, Portsmouth, VA; Naval Hospital Camp Lejeune, Camp Lejeune, NC; Naval Hospital Cherry Point, Cherry Point MCAS, NC. The primary objective of this standardization initiative 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 products be obtained through the DoD Prime Vendor Program. 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 Mid-Atlantic Region (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 Tri-Service Regional Business Office (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 July 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 is Robert Meinertzhagen, 757-953-2134 Bob.Meinertzhagen@med.navy.mil B.Products & Performance Required The Mid-Atlantic Region is seeking a complete product line of Surgeon’s Gloves, to include, but not limited to Gloves Surgical Sterile Synthetic Powder Free, sizes 6.5 to 8.5; Gloves Surgical Sterile Synthetic Powder Free Beaded Cuff, sizes 6.5 to 8.5; Gloves Surgical Sterile Latex Powder Free, sizes 6.5 to 8.5; and Gloves Surgical Sterile Latex Powder Free Beaded Cuff, sizes 6.5 to 8.5, which includes at a minimum but is not limited to the high volume items indicated below. ManufacturerProduct NumberCDMIA SalesProduct Description Cardinal2D72PT80$60,221.14Glove Surgical Sterile Synthetic Powder Free Polyisoprene 8.0 pr Cardinal2D72PT75$38,752.73Glove Surgical Sterile Synthetic Powder Free Polyisoprene 7-1/2 pr Cardinal2D72PT70$36,430.69Glove Surgical Sterile Synthetic Powder Free Polyisoprene 7.0 pr Cardinal2D72PL75$29,054.23Glove Surgical Sterile Synthetic Powder Free Beaded Cuff Polyisoprene Smooth 7-1/2 pr Cardinal2D72PT65$28,859.27Glove Surgical Sterile Synthetic Powder Free Polyisoprene 6-1/2 pr Cardinal2D72PL65$27,172.87Glove Surgical Sterile Synthetic Powder Free Beaded Cuff Polyisoprene Smooth 6-1/2 pr Cardinal2D72F5I$22,749.49Glove Surgical Sterile Latex Powder Free Beaded Cuff 8.0 pr Cardinal2D72PT85$22,011.36Glove Surgical Sterile Synthetic Powder Free Polyisoprene 8-1/2 pr Cardinal2D72F3I$21,482.99Glove Surgical Sterile Latex Powder Free Beaded Cuff 7.0 pr Cardinal2D72F4I$20,159.97Glove Surgical Sterile Latex Powder Free Beaded Cuff 7-1/2 pr Cardinal2D72PL70$19,989.41Glove Surgical Sterile Synthetic Powder Free Beaded Cuff Polyisoprene Smooth 7.0 pr Cardinal2D72PL80$19,076.85Glove Surgical Sterile Synthetic Powder Free Beaded Cuff Polyisoprene Smooth 8.0 pr Cardinal2D72F2I$17,261.91Glove Surgical Sterile Latex Powder Free Beaded Cuff 6-1/2 pr Cardinal2D72NS75$15,390.82Glove Surgical Sterile Latex Powder Free 7-1/2 pr The approximate total annual purchase volume of all types of Surgeon’s Gloves is $680,494 for the Mid-Atlantic region and is based upon the historical usage of standardized Surgeon’s Gloves 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 Mid-Atlantic Region Military Treatment Facilities, 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 companies 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 companies 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 Tri-Service Product Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logisticians from all of the Military Treatment Facilities within the Mid-Atlantic Region. They are the decision makers for this initiative. Vendors will be required to provide responses to the technical/company criteria. 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). 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. 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. 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 Mid-Atlantic Region. 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 criteria listed below: 1.Vendors must provide a complete line of Surgical Glove 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: - Glove Surgical Sterile Synthetic Powder Free, sizes 6.5 to 8.5 - Glove Surgical Sterile Synthetic Powder Free Beaded Cuff, sizes 6.5 to 8.5 - Glove Surgical Sterile Latex Powder Free, sizes 6.5 to 8.5 - Glove Surgical Sterile Latex Powder Free Beaded Cuff, sizes 6.5 to 8.5 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 Surgeon’s Gloves 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 Mid-Atlantic 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 will be asked to provide an initial quote on discounts, in response to the FBO RFQ. Vendors determined to be clinically acceptable, after clinical evaluation, may have an opportunity to submit a final quote at that time. 5.Vendors must have a local vendor representative in the Mid-Atlantic Region. 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 Surgeon Glove 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 Surgeon Glove 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 products that meet the ISO and ASTM standards used in manufacturing surgical glove products. In response to this RFQ, vendors must provide these standards and the independent studies, and efficacy test results, certifying that all quoted products meet these standards. Vendors must provide Surgical Glove products that are FDA approved for use in all clinical settings, and provide literature to support this requirement with the initial submittals. 13.In response to this RFQ, vendors must provide evidence that products are supplied in packaging that can be delivered to a sterile field. Provide literature showing that the sterile packaging is for individual units, or is provided for multiples only (i.e., cases, etc.). 14.Vendors must provide an option to obtain products that are latex-free or otherwise hypo-allergenic. 15.Vendors are required to provide the brands your company manufactures and/or distributes. 16.Vendors are required to provide a list of styles and sizes for the products your company offers. 17.Vendors must provide gloves specific to the left and right hand 18.Vendors must provide packaging identifying the type and size, of the gloves 19.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 size and type of Surgeons Glove is easily identified from the packaging a. The clinician must be able to easily identify the size and type of glove to facilitate efficient clinical process and to avoid unnecessary waste of product b. This criterion will be evaluated by visual inspection of the packaging 2. Surgeons glove sterility is reliably maintained during delivery of glove to a sterile field from the packaging a. The maintenance of glove sterility is an essential element in minimizing the risk of infection to the patient b. The clinician will evaluate this criterion by opening the package and delivering the glove to a sterile field utilizing accepted standard clinical practices. 3. The Surgeons Gloves are easily donned utilizing the single, double, open, and closed gloving techniques a. The ability of the clinician to easily put on the gloves via the single, double, open, and closed gloving techniques is vital to the clinician preparation for the procedure. b. Evaluation of this criterion will be accomplished via the clinician putting on the gloves utilizing the single, double, open, and closed gloving procedures 4. The Surgeons Glove cuff length is sufficient to fit over, and maintain position on, the surgical gown sleeve a. A good fit, and position maintenance, of the glove cuff over the surgical gown sleeve is required to maintain the integrity of the of the clinician to patient barrier b. Evaluation will be accomplished by the clinician putting on the glove, covering the gown sleeve with the cuff of the glove, and performing (or simulating expected arm/hand movements) of a surgical procedure 5. The Surgeons Glove provides reliable clinician to patient barrier maintenance a. Reliable maintenance of the clinician to patient barrier is a critical element in minimizing risk of infection to the patient and reducing the risk of exposure to blood and other body fluids to the clinician b. The reliability of the clinician to patient barrier will be assessed via the clinician use of the glove in the performance of a surgical procedure (or the simulation thereof) 6. The Surgeons Glove provides the required level of comfort, flexibility/dexterity, and tactile sensitivity. a. The characteristics of comfort, flexibility/dexterity, and tactile sensitivity (the sense of touch) are extremely important in the clinician’s ability to handle surgical instruments, perform intricate movements, identify anatomical locations, etc. during a surgical procedure. b. The characteristics of comfort, flexibility/dexterity, and tactile sensitivity will be evaluated by the clinician using the glove during surgical procedure (or simulation thereof)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b8a0c24c3ae2ff042d22b1f3f2aefb6c&tab=core&_cview=1)
 
Place of Performance
Address: Naval Medical Center Portsmouth, 620 John Paul Jones Circle, Portsmouth, Virginia, 23708, United States
Zip Code: 23708
 
Record
SN01719939-W 20081218/081216215734-b8a0c24c3ae2ff042d22b1f3f2aefb6c (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.