Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

65 -- IV Gravity Tubing

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
ME-1010-04_IV_Gravity_Tubing
 
Archive Date
5/26/2011
 
Point of Contact
Mr Robert Halliday, Phone: 011-49-6221-172109, Thomas Winkel, Phone: 011-49-6221-172106
 
E-Mail Address
robert.halliday@us.army.mil, tom.winkel@us.army.mil
(robert.halliday@us.army.mil, tom.winkel@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Medical Materiel Program Office (DMMPO) Medical Materiel Enterprise Standardization Office (MMESO) announces a Request for Incentive Agreement Quotation (RFIAQ) for the standardization of IV Gravity Tubing. The MMESO Europe is the lead MMESO for this project. The primary objective of this program is to standardize the quality of care across the MMESO North, South, West, Pacific, Europe (hereafter referred to as MMESOs) and operational assemblages based on the critical balance of clinical efficacy and value. This Standardization Action (SA) will apply to all MMESOs. It is intended for this initiative to result in the standardization of a technically and clinically preferred product (s) and source for institutional and operational medicine requirements at the best possible price. It is intended for this initiative to result in the reduction of Stock Keeping Units (SKUs) and National Stock Numbers (NSN). It is also intended that standardized products be obtained through the Department of Defense (DoD) Prime Vendor (PV) Program. As an enterprise-wide clinically driven program, vendors and products must meet specific technical requirements plus products must meet or exceed specific clinical performance expectations as a primary consideration. Among vendors who meet the technical requirements and for which the products meet or exceed the clinical acceptability, then clinically preferred, best value will determine selection. It is intended that the selected standardized vendor (s) for this SA support the enterprise goal of medical materiel standardization that combines operational and institutional requirements. The government is seeking a single award for this SA. The major facilities in the MMESOs include, but are not limited to MMESO North: Walter Reed Army Medical Center, Bethesda Naval Hospital, Portsmouth Naval Hospital, Womack Army Medical Center, Wright-Patterson Medical Center; MMESO South: Wilford Hall Medical Center, Brook Army Medical Center, Eisenhower Army Medical Center, Darnall Army Medical Center, Keesler Medical Center, Naval Hospital Jacksonville, Martin Army Community Hospital, Fort Benning, GA; MMESO West: Madigan Army Medical Center, William Beaumont Army Medical Center, Naval Medical Center San Diego, Irwin Army Community Hospital, Mike O'Callaghan Federal Hospital; MMESO Pacific: Tripler Army Medical Center, 18th Medical Group, Kadena AB, Okinawa, US Naval Hospital, Yokosuka, Japan; MMESO Europe: Landstuhl Regional Medical Center, Landstuhl, GE, US Naval Hospital, Naples, Italy, and the 48th Medical Group, Lakenheath, and Operational U.S. Forces. This standardization action is part of the Medical/Surgical PV Program executed by the Defense Logistics Agency (DLA) Troop Support, Directorate of Medical Materiel. To participate, a vendor must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Med-Surg PV for each MMESO's Area of Responsibility (AOR), i.e., Cardinal Health, and Owens & Minor. This requirement is pursuant to the DAPA clause by which DAPA holders agree to the standardization process and agree to allow PVs to distribute their products. The Incentive Agreement resulting from this RFIAQ is a supplement to the PV Program and is not a contract. For additional information regarding the DLA Troop Support Med-Surg PV Program please access the web site at https://dmmonline.dscp.dla.mil This IA standardization initiative will be a Three Phase IPP Process: vendor (s) who meets the technical / company requirements in Phase I will be invited to advance and participate Phase II where no-charge products will be provided for clinical evaluation and Phase III where pricing will be required for submittal. Phase II and Phase III will be run concurrently. The resulting IA will be for a base period of two (2) years (24 months) from date of selection with three (3) 12-month "option" periods not to exceed a total of 5 years. Anticipated selection date is July 2011. The selection will be based on the product and vendor that provides the Best Value to the enterprise. Products and vendors that meet or exceed the technical and clinical performance requirements will be considered clinically preferred products and sources. Among vendors who meet the technical requirements and the products that meet or exceed the clinically preferred standard, best price (i.e. lowest Aggregate Post Standardization Cost) will determine selection. Point of Contact: Mr. Robert Halliday, MMESO Europe Clinical Analyst, Robert.halliday@us.army.mil and 011-49-6221-172109. B. Products & Performance Required. The MMESOs are seeking product line items in the category of IV Gravity Tubing. Within MMESOs this product line has an estimated annual dollar requirement of $7,246,190.92. This forecast is based on historical PV sales during a recent 12-month period. Based on the recent 12-month usage data, the top nineteen (19) clustered groups of the total one hundred four (104) clustered groups accounts for 80.12% ($5,829,002.52) of the total volume in sales ($7,246,190.92) in the MMESOs and are procurement significant. The top high volume usage lines for this project are shown in the Technical/Company Requirements below, consolidated by product type to reduce duplication within the top 19 lines. This represents the line item, or SKU, reduction that is an additional objective of this program. C. Instructions to Vendors A vendor interested in participating in this standardization initiative will provide an initial response to the FBO-posted RFIAQ to Mr. Robert Halliday, Clinical Analyst, robert.halliday@us.army.mil. The vendor's initial responses will include detailed information requested in the technical/company requirements listed in the FBO RFIAQ and must also include: (1) Company name and address; (2) Company Point of Contact (POC) (Name and Phone Number, Fax Number, and E-mail address); and (3) Identification of the RFIAQ to which the vendor is responding. Due to the potential for e-mail to be lost in transmission, from network security, etc., vendor is strongly encouraged to confirm with the MMESO Europe that its initial submission, quote and literature actually arrived at the MMESO Europe 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. Vendor that does not meet the deadline of COB 5:00PM EST on the date listed for closing will be disqualified from further consideration in the standardization initiative. D. Source Selection Procedures The MMESO Tri-Service Product Review Board (TPRB) will serve as the forum for clinical recommendations for product selection, seeking and evaluating opportunities for committed volume purchase agreements, and coordinating logistics efforts in support of DoD Components. The boards are chaired by Designated Senior Logisticians (DSLs) and co-chaired by Designated Senior Clinicians (DSCs) in the MMESO AORs and include clinicians and logisticians for Medical Treatment Facilities (MTFs) within each MMESO. The Clinical Advisory Committee (CAC) members are the deciding officials for this initiative. The MMESO DSLs and DSCs intend to evaluate quotes and select a vendor on initial submissions/quotes. Vendor quotes should contain the vendor's best discounts off of the vendor's DAPA pricing based on committed volume of 80% of the total requirements of the MTFs in the MMESOs. The MMESO Europe reserves the right to make a down-selection during the evaluation process based on considerations of efficient competition. Phase I Technical/ Company Requirements The MMESO CPT will review the responses from the vendors and determine which vendors meet the technical/company requirements and determine acceptability. Vendor must meet the technical requirements for continued consideration in this initiative. Vendor who does not meet the requirements will be disqualified. Failure to provide any requested information or meet any of the technical requirements will disqualify the vendor from further consideration. A vendor who meets the following technical/company requirements will be qualified/invited to participate in the clinical/performance selection and will be requested to submit their best product/price discount quotes via an email communication. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) should be digitally signed. Technical/Company Requirements: During the pre-source selection procedures, the MMESO CPT validated/approved the company/technical requirements outlined below. The ten (10) requirements below must be answered with the vendor's initial submittal by the response date stated in the FBO announcement. 1. Vendor must provide a line of IV Gravity Tubing products that includes at a minimum the specific products identified below for sterile, disposable, latex-free/safe, DEHP-free, needle-free port access IV Gravity Tubing 1) intravenous tubing administration sets and 2) intravenous secondary tubing sets with a variety of drip chamber rates, vented and/or non-vented drip chambers, tubing sizes, and tubing lengths, 3) intravenous extension tubing sets with a variety of tubing sizes, and tubing lengths as follows a. 1) IV Administration Sets 10-20 drop (gtt) drip chamber, vented/non-vented, 104 to 112inL tubing with three needle-free ports 2) IV Administration Sets 10-20gtt drip chamber, vented/non-vented, 85-115inL tubing with two needle-free ports 3) IV Extension Sets 6inL with small-bore tubing 4) Secondary IV Sets 10-20 gtt drip chambers, vented/non-vented, 30 to 41inL tubing 5) IV Administration Sets 10-20gtt drip chamber, vented/non-vented, 70 to 104inL tubing with one needle-free port 6) IV Extension Sets 8inL, Y-type 7) IV Extension Sets 18inL with standard bore tubing 8) IV Extension Sets 6inL with standard bore tubing 9) IV Extension Sets 40inL with two needle-free ports 10) IV Administration Sets 10-20gtt drip chamber, vented/non-vented, 78 to 112inL tubing 11) IV Extension Sets 20inL with one needle-free port 12) Secondary IV Sets 10-20 gtt drip chambers, vented/non-vented, 18 to 38inL tubing with one needle- free port 13) Secondary IV Sets 10-20 gtt drip chambers, vented/non-vented, 32 to 50inL tubing b. Vendor must be able to provide stop cocks (2,3, and 4 way), manifolds (2 port), 60gtt drop 150ml vented burettes, back check valves, air filter (.2µ), needle free ports, and luer-locks as needed for the IV Gravity Tubing product line. c. Vendor must provide a complete itemized list of items supplied (manufactured and/or distributed by brands) via Microsoft Excel spread sheet, and a product catalog and literature in response to this RFIAQ with initial submittal. Vendor is required to supply all items in all sizes and device type. Vendor who does not have a complete product line as listed above will be disqualified in Phase I. d. Operational usage items are included in the list of IV Gravity Tubing. 2. Vendor must have a DAPA or be in the process of applying for a DAPA number for the IV Gravity Tubing product line. Vendor MUST provide DAPA number with initial submittal or provide documentation that DAPA has been applied for with response submittal. A vendor without a DAPA number or who has not applied for a DAPA will be disqualified in Phase I. 3. Vendor must have agreements with the Med/Surg PV in the MMESO AOR, i.e. Cardinal Health and Owens & Minor for IV Gravity Tubing or be in the process of obtaining PV agreements. Vendor must provide documentation to support agreements with initial submittal. A vendor whose products are not available through the Prime Vendors or who has not applied for PV distribution will be disqualified in Phase I. 4. Vendor must submit discounts off of DAPA for all products included in this standardization initiative. (Note: vendor who fails to submit a discount off of DAPA will be disqualified. Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as the DAPA price. Vendor shall not quote FSS prices as the discounted price for purposes of this standardization initiative). Vendor who does not provide discounts off DAPA for all products in Phase III will be disqualified. 5. Vendor must provide latex safe/free IV Gravity Tubing products. Vendor must identify all latex safe/free IV Gravity Tubing items in response to this RFQ with initial submittal (vendor that does not provide latex safe/free IV Gravity Tubing products will be disqualified in Phase I). 6. Vendor must provide DEHP free IV Gravity Tubing products. Vendor must identify all DEHP free IV Gravity Tubing products in response to this RFQ with initial submittal. 2002 U.S. Food and Drug Administration (FDA) Public Health Notification: PVC Devices Containing the Plasticizer DEHP, and encouraged healthcare providers worldwide to aggressively implement DEHP-free solutions throughout the healthcare continuum, especially in perinatal care (vendor that does not provide non-DEHP IV Gravity Tubing products will be disqualified in Phase I). 7. Vendor must provide documentation if the IV Gravity Tubing products are incompatible with any intravenous fluids/medications in response to this RFIAQ (vendor who does not provide documentation to support any fluid/medication incompatibility, will be disqualified in Phase I). 8. Vendor must provide documentation that IV Gravity Tubing administration, secondary sets, and extension tubing are compatible (can be added to an IV pump's IV tubing administration with your competitor's pump tubing (IV pump can be added to a functioning IV gravity tubing set without changing out tubing) in response to this RFIAQ (vendor that does not provide documentation to support any incompatibility, will be disqualified in Phase I). 9. Vendor must provide documentation explaining how much volume it takes to prime the tubing from the IV bag or bottle spike or most proximal injection port and the distal end of the IV tubing in response to this RFIAQ (vendor who does not provide documentation to support the tubing volume, will be disqualified in Phase I). 10. Vendor must provide a statement confirming products come sterile in a labeled package demonstrating the contents, expiration date, and lot number that can be delivered to a sterile field in response to this RFIAQ. Vendor who cannot provide products in a sterile, labeled package demonstrating the contents, expiration date, and lot number that can be delivered to a sterile field will be disqualified in Phase I (vendor who does not provide documentation to support this information, will be disqualified in Phase I). Phase II Acceptability Evaluation Clinical Performance Clinical Performance Requirements Following acceptability of the technical/company requirements, the MMESO Europe, on behalf of the CPT, will request product sample sets from the product group to be sent to the CPT members at the participating MTFs. Vendor will be given 30 calendar days from the issue of the notice in which to deliver the product samples for clinical evaluation at Phase II. Product samples must be shipped to arrive at the designated addresses by 5:00PM local time for each MTF on the 30th calendar day after the notice to ship. Vendor MUST be able to deliver product literature, training materials and evaluation samples to the MMESO Pacific via FedEx or UPS AND to the MMESO Europe via United States Postal Service (USPS) and throughout the United States when requested in Phase II. Vendor who cannot or does not meet this requirement will be disqualified from the standardization process. Vendor must send the MMESO Europe verification regarding the shipment of literature and samples. This information will include the date of shipment, final delivery date, tracking numbers and the carrier used by the vendor. Vendor will provide the following no cost product samples for clinical/performance evaluation. Vendor will provide only the following no cost product samples for clinical/performance evaluation. (Unused samples will not be returned). One box of each of the four (4) items listed below are to be provided as samples to each of the evaluation sites identified in the letters of invitation. 1) Set IV administration 10-20gtt vented/non-vented drip chamber, 104-112 in long standard bore tubing, flow regulator, with three needle-free ports, 4-way stopcock, manifold with 2 pots, luer lock, DEHP-free, latex-free 2) Set IV administration 60gtt vented 150ml Burette, 104-112 inch long tubing, flow regulator, two needle-free injection ports, luer-lock, latex-free 3) Set IV extension 6 inch long small-bore tubing, luer lock, T-adapter, DEHP-free, latex-free 4) Set secondary IV 20gtt vented drip chamber, 30 to 41 inch long tubing, luer-lock with hanger DEHP-free, latex-free The clinical/performance acceptability evaluation period will last for fourteen (14) calendar days. Each evaluator will evaluate each IV Gravity Tubing product sample from each vendor against the established criteria. A trial will consist of evaluating all sample products from a single vendor, evaluated against the criteria and recorded on a single evaluation form per vendor. Each evaluator will evaluate or trial each participating vendor's product line in a non-clinical/non-patient care setting. The acceptability evaluation responses will be in a Likert scale format with a one (1) through five (5) scoring range. The scale descriptors are: one (1)-Completely unacceptable, two (2)-overwhelmingly unacceptable, three (3)-partially unacceptable, four (4)-acceptable, and five (5)-highly acceptable. The MMESO TPRB has established a 4.0 as the Clinically Preferred threshold of products for standardization. A vendor scoring below the clinically preferred threshold will be disqualified from selection for this standardization initiative. Of those vendors who are qualified as clinically preferred, selection will be based on best price. A vendor who has been disqualified or has not been selected will be notified in writing upon disqualification. Clinical /performance acceptability evaluations by the participating CPT facilities will be tabulated resulting in one score per participating MMESO per vendor. The participating MMESOs' scores by vendor will then be combined resulting in one final vendor performance evaluation score. All clinical/performance acceptability evaluations will be tabulated by the MMESO Europe, and results will be forwarded to the MMESO CPT for final review. There will be approximately fourteen (14) MTFs enterprise wide that will be evaluating products. Clinical/Performance Requirements: During the pre-source selection procedures, the MMESO CPT validated/approved clinical/performance requirements outlined below. 1. (Joint Commission National Patient Safety Goal.03.04.01 (NPSG) Goal 3 - Improve the safety of using medications) The drip chamber is clear and allows visualization of drops. 2. (Accidental Kinking/ Patient Safety) The IV tubing is pliable and is memory free. 3. Urgent Patient Care Settings/ Patient Safety IV tubing allows an effective priming speed, flow rate, and stopcock function. 4. (NPSG.03.04.01 Goal 3 - Improve the safety of using medications) The buretrol (or volutrol) graduation allows visualization of an accurate volume level. 5. (NPSG.03.04.01 Goal 3 - Improve the safety of using medications) The buretrol (or volutrol) automatic safety stop feature is functional. 6. (CDC & NIOSH Publication No. 2000.108, November 1999 entitled, Preventing Needlestick Injuries in Health Care Settings, and the OSHA standards for needleless technology for needle stick prevention measures to prevent contracting blood borne pathogens) The needless luer lock port connection is functional allowing medication/fluid to be instilled into the intravenous system. 7. (CDC & NIOSH Publication No. 2000.108, November 1999 entitled, Preventing Needlestick Injuries in Health Care Settings, and the OSHA standards for needleless technology for needle stick prevention measures to prevent contracting blood borne pathogens) The manifold needleless luer lock port connections are functional allowing medication/fluid to be instilled into the intravenous system. Phase III Pricing Analysis Price Analysis Upon completion of the Phase I - Technical/Company Requirements, vendors who are found technically acceptable will be qualified and invited to provide their product samples and price discount quotes concurrently. Vendor will be given 30 calendar days from the date of pricing requests to submit IA pricing quotes in a prescribed electronic spreadsheet format, based upon the requirements of the MMESOs. Pricing will be submitted to MMESO Europe by 5:00 PM EST, thirty (30) calendar days after the issue date of the vendor notice to submit best price quotes. Vendor quotes should contain the vendor's best product matches for the specific products requested in this announcement. The MMESO DSLs and DSCs intend to evaluate quotes and select a vendor on initial submissions/quotes. Vendor quotes should contain the vendor's best discounts off of the vendor's DAPA pricing for the products identified in this announcement (based on committed volume of 80% of the total requirements of the MTFs in the MMESOs. Price will be analyzed based on the projected Aggregate Post-Standardization costs for each vendor. Post-Standardization Cost will be calculated for each vendor by applying the vendor's offered prices to the anticipated annual usage of the enterprise. Unmatched items will be represented in the Post-Standardization Cost at a baseline non-discounted price (current DAPA price of product with highest procurement). Among the products and sources that were determined to be clinically preferred, the best price Aggregate Post-Standardization Cost) will be selected.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/ME-1010-04_IV_Gravity_Tubing/listing.html)
 
Place of Performance
Address: ERMC HQ, CMR 442, Dept G4, Bldg 3613, Rm 0055, Heidelberg,Nachrichten Kaserne, Non-U.S., APOAE09042, Germany
 
Record
SN02428401-W 20110421/110419235232-ba746e5a691ad996807bd1984cb844c2 (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.