Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

65 -- Disinfectanting Surface Cleaners

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, District of Columbia, 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
APP050102-0109-001
 
Archive Date
7/14/2009
 
Point of Contact
Tracy Martin-Tilghman, Phone: 2027823663
 
E-Mail Address
tracy.martintilghman@us.army.mil
(tracy.martintilghman@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
65-Medical Supplies-Potential Sources Sought --------------- A. General Information The Heartland, Northeast, & Mid-Atlantic Regions collectively referred to as Logistical Support Area - (LSA) North, seeks approval to initiate the standardization process for Disinfectanting Surface Cleaners for its Army, Navy, U.S. Coast Guard and US Air Force Medical Treatment Facilities (MTF’s) in the region. The Heartland Region has been designated as the Lead Tri-Service Regional Business Office (TRBO) for this standardization initiative. Standardization action for this product line represents a new initiative. Vendors MUST provide a complete list of items supplied (catalog, etc.) and product literature in response to this Request for RIA Quotes (RFQ). Vendors are required to supply all items listed in all sizes listed. Vendors who do not have a complete product line, as detailed in 1a of the Technical Criteria below, 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 13 Military Treatment Facilities (MTFs) that will be participating in this standardization initiative are: Northeast Region – Walter Reed Army Medical Center (WRAMC), Washington, DC; Andrews AFB, MD;; Dewitt Health Care System (DHCS),; National Naval Medical Center (NNMC) - Bethesda, MD. Mid-Atlantic Region— Womack Army Medical Center (WAMC), FT Bragg, NC; Kenner Army Health Clinic (KAHC), FT Lee, VA; National Naval Medical Center (NNMC), Portsmouth, VA; Pope Medical Group, Pope AFB, NC, and Naval Hospital (NHCP), Camp Lejeune, NC. Heartland Region-Wright Patterson Air Force Base Medical Center (WPAFB), Dayton, OH; Naval Health Clinic, Great Lakes, IL; Ireland Regional Army Community Hospital, Ft Knox, KY, and Scott AFB Clinic, IL. 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 October 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 Tracy Martin-Tilghman 202 782-3663 tracy.martintilghman@us.army.mil and Phyllis Targett 937-257-9075 phyllis.targett@wpafb.af.mil B.Products and Performance Required The LSA North Region is seeking product line items in the category of Disinfecting Surface Wipes, which at a minimum includes the high volume lines below. Within the LSA North region, this product line has an estimated annual dollar requirement of $314,010. This forecast is based on historical CDMIA sales for a 12-month period. The top-ten (10) high volume usage lines for this project are shown in the Technical/Company Criteria below. At the request of the LSA North 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 tracy.martintilghman@us.army.mil 202 782-3663. 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 Regions’ 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 LSA North Region. They are the deciding officials for this initiative. The LSA North 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 LSA North Region). Additionally, the LSA North 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 qualify and be 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. Technical/Company Criteria: During the pre-source selection procedures, the CPT validated/approved the equally weighted company/technical criteria outlined below: 1.Vendors must provide a complete line of Disinfectanting Surface Cleaners products. 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. At a minimum, a complete product line includes: XL SURFACE DISINFECTANT WIPES EXTRA LARGE ( 66 WIPES/CANISTER - 12 CANISTERS/CASE); SURFACE DISINFECTANT WIPES REGULAR SIZE ( 160 WIPES/CANISTER - 12 CANISTERS/CASE); HOSPITAL CLEANER DISINFECTANT WITH BLEACH, TRIGGER, 32OZ; SANI CLOTH PLUS LARGE. LOW ALCOHOL GERMICIDAL DISPOSABLE WIPE. KILLS TB, PSEUDOMONAS, HIV-1; 24 OUNCE SPRAY(12/CS); SANI-CLOTH HB - LARGE. CANISTER, ONLY PREMOISTENED WIPE THAT KILLS HEPATIS B; A-33 DRY - DETERGENT/DISINFECTANT; SANI-CLOTH PLUS - XLARGE (14.85% ALCOHOL); SUPER SANI-CLOTH INDIVIDUAL XL. GERMICIDAL DISPOSABLE WIPE FOR HARD SERVICES. KILLS TB, MRSA; SURFACE DISINFECTANT SPRAY GALLON BOTTLE (4 GALLONS/CASE). 2.Vendors must provide a complete list of items supplied (catalog, etc.) and product literature in response to this RFQ. (Literature must contain efficacy studies) Vendors are required to supply all items listed in all sizes. Vendors who do not have a complete product line as above will be disqualified in Phase I. 3.Vendors must have a DAPA or be in the process of applying for a DAPA number for the Disinfectanting Surface Cleaners product line. Provide the DAPA number or proof of the application process in response to this RFQ. (Note that vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified.) 4.Vendors must have a separate agreement with the current Prime Vendor for the LSA North Region, Owens & Minor, for distribution in the LSA North Region. (Note a vendor whose products are not available through the regional PV will be disqualified.) 5.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 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 quote on discounts, in response to this RFQ. Vendors who do not provide discounts off DAPA for all products in this product line will be disqualified. 6.Vendors must have a local vendor representative available in the region. Provide contact information, i.e. name, address, phone number, and e-mail address. 7.Vendors must include product Material Safety Data Sheets (MSDS) in response to this RFQ. 8.In response to this RFQ, vendors must provide a sample of typical individual item packaging information (label) which includes instructions for use, product lot number, expiration date, precautionary use/safety information, disposal instructions, and EPA registration as a hospital disinfectant with label claims of kill times regarding tuberculocidal activity. If product contains bleach, labeling must carry EPA/FDA registration. 9.Vendors must show evidence that spray bottles have both stream & spray delivery in response to this RFQ. Phase II-Clinical/Performance Evaluation and Price Analysis Process: Upon completion of the Phase I – Technical/Company Criteria Evaluation, vendors who are selected to progress to clinical/performance evaluations will be requested to provide product samples concurrent with their best product and price discount quotes being requested. Clinical Evaluation 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. 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 clinical/patient-care setting using a Likert-like 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 a target threshold of 3.50 for the Clinical Acceptability of products for standardization. The CPT will determine the actual Acceptability threshold for this standardization initiative -- at or near 3.50 -- 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 3.50, 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. During the pre-source selection procedures, the CPT validated/approved the equally weighted clinical/performance criteria outlined below. Clinical/Performance Criteria: 1. Clinician Safety-Contents of each packet are easily identified. a.Allows staff to quickly select products. Save time. b.This criterion will be evaluated in a clinical/patient care setting c.Products will be observed during the evaluation 2. Patient Safety- Disposable wipes are strong enough to prevent tearing during use. a.Save time. Tearing or shredding wipe may cause incomplete contact and affect kill times b.This criterion will be evaluated in a clinical/patient care setting c.Products will be observed during the evaluation 3. Staff Compliance/Staff-Patient Comfort - Disposable wipes scent/odor is not offensive during dispensing and/or use. a. Offensive scent/odor may cause allergic/sensitivity response in staff and/or patients. b. This criterion will be evaluated in a clinical/patient care setting c.Products will be observed via smell during the evaluation 4. OSHA Requirement/Patient Safety- Disposable wipes cleans surface effectively a.Soiled and/or contaminated surface need to be thoroughly cleaned to eliminate or minimize occupational exposure to bloodborne pathogens b.This criterion will be evaluated in a clinical/patient care setting c.Products will be observed during the evaluation 5. Wipe remains moist for the minimum recommended kill time (stated on label) a.The wipes should hold enough fluid for the surface to remain wet for the time required to disinfect b.This criterion will be evaluated in a clinical/patient care setting c.Products will be observed and felt during the evaluation Price Analysis Process: 1.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). 2.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 the potential for three (3) one-year option periods (not to exceed 5 years). 3.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. 4.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?); and 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/APP050102-0109-001 /listing.html)
 
Place of Performance
Address: North Atlantic Regional Medical Command, ATTN: ACSLOG (MCAT-LA), 6900 Georgia Avenue, NW, Washington, District of Columbia, 20307, United States
Zip Code: 20307
 
Record
SN01838347-W 20090610/090608234521-b4628c7ec41f637e30a100d093fc4b92 (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.