Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOURCES SOUGHT

65 -- Pre-filled Syringes

Notice Date
2/25/2010
 
Notice Type
Sources Sought
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
DADA09-10-T9005
 
Response Due
3/19/2010
 
Archive Date
5/18/2010
 
Point of Contact
kevin.w.hill1, 210-292-3270
 
E-Mail Address
Great Plains Regional Contracting Ofc
(kevin.w.hill1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A.General Information. The Central Region (6, 7 & 8), a military integrated delivery network, comprised of 42 Army, Navy, Air Force Medical Treatment Facilities (MTFs) in the states of Arizona, Arkansas, Colorado, Idaho, Kansas, Louisiana, Missouri, Oklahoma, Nebraska, Nevada, New Mexico, North Dakota, South Dakota, Texas, Utah, and Wyoming, announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Pre-filled Syringes. 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 DoD Prime Vendor Program. The major facilities in the region include but are not limited to Brooke Army Medical Center Fort Sam Houston TX, Wilford Hall Medical Center Lackland AFB, TX, Darnall Army Medical Center, Fort Hood, TX, Reynolds ACH Fort Sill, OK, William Beaumont Army Medical Center Fort Bliss, TX, 10th Medical Group USAF Academy, CO, Evans ACH Fort Carson CO, Fort General Leonard Wood ACH, MO, Fort Riley, KS, 99th Medical Group Nellis AFB, NV, and Bayne-Jones ACH Fort Polk, LA. This standardization action is part of the Medical/Surgical Prime Vendor program executed by the Defense Supply Center Philadelphia (DSCP), Directorate of Medical Materiel and facilitated by Tri-Service Regional Business Office (TRBO). 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 May 2010. The evaluation will be based on clinical, technical, and pricing factors. The Technical/Company and Clinical/Performance evaluation factors 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 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 Pre-filled Syringes product line can be met in the most clinically effective manner by more than one vendor, and 2) The requirements of the Region for Pre-filled Syringes product line can be met with the lowest overall cost, by more than one vendor. B.Products & Performance Required. The Central Region is seeking product line items in the category of Pre-filled Syringes, which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar demand of $433,805.78. 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 Central Region 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 if deemed appropriate for the product line. C.Instructions to Vendors. Vendors interested in participating in this standardization initiative should email their responses with (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 3PM CDT on the specified closing date/time of the RFRIAQ. Vendors that fail to meet this submittal deadline will be disqualified from participating in the standardization process. This process will require vendors to provide electronic responses to technical criteria upon request in the prescribed format of Microsoft Word, no charge samples for clinical evaluation, and submission of electronic best price quotes in the prescribed format of Microsoft Excel. Due to the potential for email to be lost in transmission, from network security, etc., vendors need to confirm with the Central Region that its initial submission, quote and literature actually arrived at the Region via email. Each submitting vendor must confirm receipt, allowing adequate time for resubmission before the due date/time, should a problem occur with the first submission. Responses should be sent to Mrs. Sarah Allen, sarah.l.allen@amedd.army.mil address; Tri-Service Regional Business Office, 7800 IH-10 West, Suite 220, San Antonio TX 78230. All e-mail communication between vendors and the region should be digitally signed. Contact Mrs. Sarah Allen at (210) 292-3287 prior to the closing date of this announcement with any further questions. 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 Central Region. They are the deciding officials for this initiative. The Clinical Product Team (CPT) from the Central Region which is composed of Physicians, Nurses, Medical Technicians, Infection Control Officers and other clinicians who have expertise and knowledge of the products will develop and approve the technical/company and clinical/performance criteria as well as the evaluation process to be used along with the requirement for product sample sets and literature from the product group. Phase I Technical/Company Evaluation Process. Interested vendors are to respond to this FBO announcement by emailing their detailed responses and required documentation to the POC by the required response date. Vendors are required to meet and provide responses to the technical/company criteria stated below. All technical/company criteria are weighted equally. The responses will be reviewed by the CPT to determine the acceptability of each vendor. After the review of the technical/company criteria, those vendors who meet these criteria will 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 vendors responses, the evaluators have reasonable confidence that the line of products and 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: 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 Pre-filled Syringe 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. At a minimum, a complete product line includes: Syringe Pre-Filled Normal Saline 10 ml; Syringe Pre-Filled Normal Saline 5 ml; Syringe Pre-Filled Normal Saline 3 ml; Pre-filled Syringe Heparin 10 units per ml 5 ml; Pre-filled Syringe Heparin 100 units/ml. 2. List Products (Specific required sizes, models, items, types should be listed). Vendors are to provide a complete list of items supplied (catalog, etc.) and product literature in response to this RFQ. 3. Vendors must have a DAPA or be in the process of applying for a DAPA number for the Pre-Filled Syringes 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.) 4. Vendors must have a separate agreement with the prime vendor (currently, Central Region (6, 7 & 8) prime vendor is Cardinal Healthcare) for distribution in the Region. (Note that vendors whose products are not available through the regional PV will be disqualified.) Provide documentation of agreement with Prime Vendor. 5. 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, when requested by the TRBO. 6. Normal Saline and Heparin Pre-filled Syringes are latex free 7. Normal Saline Pre-filled Syringes are preservative free 8. Product is clearly labeled For IV Flush Only 9. Vendors must have a local vendor representative available in the region. Provide contact information, i.e. name, address, phone number, and e-mail address. Phase II Clinical/Performance Evaluation Process. Following acceptability of the technical/company criteria, the TRBO, on behalf of the CPT, will request product sample sets and literature from the product group to be sent for evaluation as directed by the TRBO. Vendors are required to ship their samples as directed by the TRBO and will be allowed 14 calendar days from the date of notification to complete the delivery. Samples and literature must be shipped to arrive as instructed by, 3 PM CDT, 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. The CPT will evaluate each vendors product sample sets and literature against the clinical/performance criteria in a clinical setting. The clinical/performance evaluation period will last for 30 calendar days. The evaluation responses will be in a Likert like scale format with a 1-5 scoring range. The scale descriptors are: One (Not Acceptable - worst score), Two (Minimally Acceptable), Three (Acceptable), Four (Acceptable-High Side), Five (Highly Acceptable - best score). All clinical/performance criteria are weighted equally. The CPT has established an overall average target acceptability threshold of 3.0 for the clinical acceptability of products for standardization. Vendors scoring below the overall average target acceptability threshold of 3.0 will be determined to be clinically unacceptable, and will be disqualified from further consideration for this standardization initiative. Clinical/performance evaluations will be tabulated by the TRBO, and results will be forwarded to the CPT for final review and the clinically preferred product recommendation. The following Clinical/Performance Evaluation Criteria have been established for this standardization initiative: 1. Syringe contents are identified by clearly printed labeling on syringe barrel. 2. Pre-filled Syringe contents are easily visible when viewed through syringe barrel. 3. Graduated markings are clearly visible on syringe barrel. 4. Syringe plunger advances smoothly when steady and continuous pressure is applied. Phase III Pricing Analysis Process. The Region intends to evaluate price quotes and select a vendor or vendor(s), without discussions. Vendor quotes should contain the vendors best product matches for the products or product lines requested in this announcement. Vendor quotes should contain the vendors best responses to all technical and company questions listed in this announcement. Vendor quotes should contain the vendors best tiered-pricing discounts off of the vendors 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.). After the clinical/performance evaluation is completed and analyzed, all vendors in the clinical evaluation group who met the overall average target acceptability threshold of 3.0 will be contacted to submit their lowest pricing quotes (as well as product cross-reference data) based on committed volume of 80% of the total Regional requirement. Vendors will be provided 14 calendar days to submit their price quotes in a prescribed format via email. Price quotes must be received by 3PM CDT 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. 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 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 19 March 2010 3PM CDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/DADA09-10-T9005/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02076195-W 20100227/100226094235-3f3b592318766feb34c6ecd93a0a3913 (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.