Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

65 -- Stethoscopes - RFIAQ Response Document

Notice Date
6/14/2011
 
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
MP-1104-18_Stethoscopes
 
Point of Contact
Wendy Sprouse, Phone: 808-433-7985, Mary Summers, Phone: 808-433-3686
 
E-Mail Address
wendy.a.sprouse.ctr@us.army.mil, mary.summers1@us.army.mil
(wendy.a.sprouse.ctr@us.army.mil, mary.summers1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to this RFIAQ should include all the information as indicated in the FBO. Please use this document for all your responses. 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 Stethoscopes. The MMESO Pacific 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) areas of responsibility (AOR) 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 requirements as a primary consideration. Among vendors who meet the technical requirements and the products that meet or exceed the clinical the clinical preferred threshold, best price will determine selection. It is intended that the selected 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 standardization initiative. The major facilities in the MMESOs include, but are not limited to MMESO North: Walter Reed Army Medical Center, National Naval Medical Center, Naval Medical Center Portsmouth, Wright-Patterson Medical Center; MMESO South: Wilford Hall Medical Center, Brook Army Medical Center, Naval Hospital Jacksonville, Martin Army Community Hospital; MMESO West: Naval Medical Center San Diego, Madigan Army Medical Center, Irwin Army Community Hospital, Mike O'Callaghan Federal Hospital; MMESO Pacific: Tripler Army Medical Center, Honolulu, HI, 18th Medical Group, Kadena AB, Okinawa, US Naval Hospital, Yokosuka, Japan; MMESO Europe: Landstuhl Regional Medical Center, Landstuhl, GE, US Naval Hospital, Naples, Italy, the 48th Medical Group, Lakenheath, UK; 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, your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Med-Surg PV for each MMESOs 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 (IA) resulting from this RFIAQ is a supplement to the PV Program and is not a contract. For additional information regarding DLA Troop Support Medical's PV program please access its 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 November 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: Mary Summers, MMESO Pacific, Team Leader, mary.summers1@us.army.mil and Wendy Sprouse, Clinical Analyst, wendy.a.sprouse.ctr@us.army.mil. 808-433-3686. B. Products & Performance Required The MMESOs, are seeking product line items in the category of Stethoscopes. Within the MMESOs, this product line has an estimated annual dollar requirement of $1,877,811.35. Based on the recent 12-month usage data, 138 line items of the total 185 line items represent the top three (3) products and account for 98.68% ($1,853,047.88) of the total volume in sales of $1,877,811.35 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 3 product lines. This represents the line item, or SKU, reduction that is an additional objective of this program. C. Instructions to Vendors Vendors interested in participating in this standardization initiative will provide an initial response to the FBO-posted RFIAQ to Mary Summers, MMESO Pacific, Team Leader, mary.summers1@us.army.mil and Wendy Sprouse, Clinical Analyst, wendy.a.sprouse.ctr@us.army.mil. 808-433-3686. 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 Pacific that its initial submission, quote and literature actually arrived at the MMESO Pacific 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. Vendors who do not meet the deadline of COB 5:00PM Hawaii Standard Time (HST) on the date listed for closing will be disqualified from further consideration in the standardization initiative. D. Source Selection Procedures The MMESO Joint Product Review Board (JPRB) 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 Pacific reserves the right to conduct discussions and request revised quotes, if determined necessary. 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. A vendor must meet the technical requirements for continued consideration in this initiative. A 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 acquisition planning process, the MMESO CPT validated/approved the technical/company requirements outlined below. The four (4) requirements below must be answered with the vendor's initial submittal by the response date indicated. A vendor who does not meet these requirements or who does not submit documentation to support these requirements with initial submittal will be disqualified in Phase I. 1. Vendor MUST provide a complete line of: Reusable Stethoscopes, that are latex-free, light-weight, single or double tubing design, with antimicrobial coated diaphragm, contoured chest piece with non-chill rim, and self-sealing ear tips, with either a "diaphragm and bell" design or a "large diaphragm/small diaphragm" design and will include at a minimum, the specific products listed below: a. Required Items STETHOSCOPE ADULT DUAL HEAD DIAPHRAGM / BELL OR LARGE DIAPHRAGM / SMALL DIAPHRAGM STETHOSCOPE ADULT SINGLE HEAD DIAPHRAGM STETHOSCOPE PEDIATRIC/ INFANT DUAL HEAD DIAPHRAGM / BELL * Operational usage items are included in this list of Stethoscopes. b. Vendor MUST provide a complete itemized list of items supplied (manufacture and/or distribute by brands and descriptions) via excel sheet, and product catalog & literature in response to this RFIAQ with initial submittal. A vendor is required to supply all items listed in all sizes and device type. c. Vendor should indicate their ability to supply a Sprague-Rappaport-like stethoscope which includes interchangeable chest pieces. Inability to supply this product will not eliminate vendors from this standardization effort. 2. Vendor MUST have a DAPA or be in the process of obtaining a DAPA for the Stethoscopes. Vendor MUST provide DAPA number with initial submittal or provide documentation that DAPA has been applied for with response submittal. 3. Vendor MUST have agreements with the current Med/Surg Prime Vendors for each MMESO AOR, i.e. Cardinal Health and Owens & Minor for Stethoscopes or be in the process of obtaining Prime Vendor agreements. Vendor must provide documentation to support agreements with initial submittal 4. Vendor MUST submit discounts off of DAPA for all products included in this standardization initiative. 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. Phase II Acceptability Evaluation Clinical Performance Clinical Performance Selection Process Following acceptability of the technical/company requirements, the MMESO Pacific, 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 MMESOs Pacific and South via FedEx or UPS AND to the MMESO Europe via United States Postal Service (USPS) AND to the rest of the continental United States by appropriate delivery method 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 Pacific 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 ONLY the following no cost product samples for clinical/performance evaluation. (Samples will not be returned). Two (2) samples of each of the stethoscopes listed below are to be provided to each of the evaluation sites as identified in the letters of invitation. Sample Set STETHOSCOPE ADULT DUAL HEAD DIAPHRAGM/BELL STETHOSCOPE PEDIATRIC DUAL HEAD DIAPHRAGM/ BELL The clinical/performance acceptability evaluation period will last for fourteen (14) calendar days. Each evaluator will evaluate each Stethoscope product sample from each vendor against the established requirements. A trial will consist of evaluating all sample products from a single vendor, evaluated against the requirements and recorded on a single evaluation form per vendor. Each evaluator will evaluate or trial each participating vendor's product line in a clinical/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 JPRB has established a 4.0 as the Clinically Preferred threshold of products for standardization. Clinical Requirement #5 will be double weighted. 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 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 Pacific and results will be forwarded to the MMESO CPT for final review. There will be approximately eighteen (18) MTFs enterprise wide that will be evaluating products. Clinical/Performance Requirements: During the acquisition planning process, the MMESO CPT validated/approved the clinical/performance requirements outlined below: Of note, the clinical/performance requirements are not equally weighted, with clinical requirement #5 (Sound/Acoustical Performance of Device) being double-weighted. 1. (American Heart Association recommendation) (Ergonomics and Clinician Comfort) (Efficiency of Care) The binaurals (the metal portion of the stethoscope onto which the tubing and ear tips are fitted) should be adjustable. This provides comfort and appropriate fit for the clinician, allowing for a more thorough examination. The adjustability of the binaural is important to the comfort and appropriate fit for the clinician, allowing for a more thorough examination. 2. (Ease of Use and Effectiveness) (Patient Safety/Comfort - NPSG 07.05.01) The stethoscope should have a contoured chest piece so as to provide ease of handling and less slippage. A contoured chest piece allows for greater surface area coverage of the patient's skin, which contributes to better contact, as well as less slippage or sliding of the chest piece against the patient's skin. 3. (Effectiveness & Efficiency of Care) (Device Performance, Medical device Quality Management ISO 13485:2003) The stethoscope should not allow any air leakage from between the diaphragm and the examiner's ears. Any air leakage may interfere with clarity and accuracy of interpretation of sounds. 4. (Device Performance, Medical device Quality Management ISO 13485:2003) The ear tips should be self-sealing and fit securely in the ear/ear canal, reducing ambient noise. Self-sealing ear tips tend to seal against the listener's ear canal to block ambient noise, allowing for more accurate interpretation of sounds. 5. (Double Weighted) (Sound/Acoustical Performance of Device) The stethoscope should provide clarity (the ability to distinguish diagnostic cardiac sounds such as vascular clicks) and loudness (perceived amplitude of the sound), while filtering out noise artifacts (external noise interference). Enhanced clarity and loudness, without external noise interference allows for more accurate interpretation of sounds, which leads to more accurate diagnosis and patient treatment. 6. (Efficiency of Care/Patient Comfort/Safety NPSG.07.05.01) Auscultation of the patient should be able to be accomplished without causing any discomfort or chilling to the patient. The non-chill rim of the stethoscope chest piece prevents patient discomfort during the examination process. Phase III Pricing Analysis Price Analysis Upon completion of the Phase I - Technical/Company Requirements, a vendor who is found technically acceptable will be qualified /invited to provide product samples and price discount quotes concurrently. A 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 Pacific and must be received by 5:00 PM HST, 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. 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. Aggregate Post-Standardization Cost will be calculated for each vendor by applying the vendors' 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/MP-1104-18_Stethoscopes/listing.html)
 
Place of Performance
Address: Tripler Army Medical Center, 1 Jarrett White Road, Honolulu, Hawaii, 96859-5000, United States
Zip Code: 96859-5000
 
Record
SN02472691-W 20110616/110614235339-82cf9aede56449fc9f4e4339b5c35995 (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.