Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

65 -- Sharps Containers (Biohazard, Sharps, and Waste) - Technical / Company Requirement Response Document

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies 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
MS-1104-31_Sharps_Containers
 
Archive Date
10/21/2011
 
Point of Contact
Kevin Hill, Phone: 210-292-3295, Sarah Allen, Phone: 210-292-3287
 
E-Mail Address
kevin.w.hill@amedd.army.mil, sarah.l.allen@amedd.army.mil
(kevin.w.hill@amedd.army.mil, sarah.l.allen@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Use this document for all your responses. Fill in the attachment and provide with your initial submittal to this FBO RFIAQ. *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. *Vendor who does not meet the deadline of COB on the date/time listed in the FBO, will be disqualified from further consideration in the standardization initiative. *Please remember to attach your product literature and catalogs required in the Federal Business Opportunity. The Defense Medical Materiel Program Office (DMMPO) announces a Request for Incentive Agreement Quotation (RFIAQ) for the standardization of Sharps Containers (Biohazard, Sharps, and Waste). The Medical Materiel Enterprise Standardization Office (MMESO) South is the lead MMESO for this project. The primary objective of this effort is to standardize the quality of care across the Military Treatment Facilities (MTFs) and operational assemblages based on the critical balance of clinical efficacy and value. The intent for this initiative is the standardization of a clinically preferred product(s) and source for institutional and operational medicine requirements at the lowest price. It is also intended for this initiative to result in the reduction of Stock Keeping Units (SKUs) and National Stock Numbers (NSN). Standardized products must 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 the products that 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 Standardization Action (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 North, South, West, Pacific and Europe (hereafter referred to as MMESOs) include but are not limited to MMESO North: Walter Reed National Military Medical Center, Portsmouth Naval Hospital, Womack Army Medical Center, Wright-Patterson Medical Center; MMESO South: Wilford Hall Medical Center, Brooke 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 48th Medical Group, RAF Lakenheath; and Operational U.S. Forces. This SA is part of the Medical/Surgical Prime Vendor program executed by the Defense Logistics Agency (DLA) Troop Support, Directorate of Medical Materiel. To participate in this SA your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Med-Surg PV for each MMESO Region, i.e., Cardinal Health, and Owens & Minor. This requirement is pursuant to the DAPA clause by which DAPA holders agree to the standardization initiative and agree to allow PVs to distribute their products. The IA resulting from this RFIAQ is a supplement to the PV Program and is not a contract. For additional information regarding DLA TS 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 participate in 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 December 2011. T he 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. Points of Contact: Mr. Kevin Hill, MMESO South, Team Leader, Kevin.w.hill@amedd.army.mil 210-292-3270 and Mrs. Sarah Allen, Clinical Analyst, sarah.l.allen@amedd.army.mil 210-292-3287. B. Products & Performance Required. The MMESOs are seeking product line items in the category of Sharps Containers. Within the MMESOs this product line has an estimated annual dollar requirement of $2,107,076.77. This forecast is based on historical usage data during a recent 12-month period. Based on usage data, 35 of the total 179 line items account for 85.59% ($1,803,485.09) of the total volume in sales $ 2,107,076.77 in the MMESOs and are clinically significant. The top high volume usage lines for this project are shown in the Technical/Company Requirements below. C. Instructions to Vendors Vendors interested in participating in this standardization initiative will provide an initial response to the FBO-posted RFIAQ to Mr. Kevin Hill, MMESO South, Team Leader, Kevin.w.hill@amedd.army.mil 210-292-3270 and Mrs. Sarah Allen, Clinical Analyst, sarah.l.allen@amedd.army.mil 210-292-3287. 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 email to be lost in transmission, from network security, etc., vendors are strongly encouraged to confirm with the MMESO South that their initial submissions, quote and literature arrived at the MMESO South 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 should complete and submit the attached document. A vendor who cannot open the attachments, may contact the POC as noted in the FBO RFIAQ and a copy will be provided via an alternate method (fax, email or hard copy). Vendors that do not meet the deadline of COB 5:00PM Central Standard Time (CST) 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 MTFs within each MMESO. The Clinical Advisory Committee (CAC) members are the deciding officials for this initiative. 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 South reserves the right to conduct discussions and request revised quotes, if determined necessary. Phase I Technical/Company Evaluation The MMESO CPT will review the responses from the vendors and determine which vendors meet the technical/company requirements. A vendor must meet the technical requirements for continued consideration in this initiative. 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 and invited to participate in the clinical/performance selection process and will be requested to submit products for testing and their best price discount quotes via an e-mail 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 CPT approved the company/technical requirements outlined below. The 12 requirements below must be answered with the vendor's initial submittal and required documents by the response date stated in the FBO announcement. 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 line of Sharps Containers (Biohazard, Sharps, and Waste). as listed in Table 3 below. a. Vendors are required to supply all items listed in all sizes listed and will include at a minimum: Table 3 Item Description 1 Container Sharps 1.5Qt 2 Container Sharps 5.0 to 5.4 Qt 3 Container Sharps 2 to 3Gal 4 Container Sharps 8 to 9 Gal Hinged Top 5 Container Sharps 8 to 9Gal Sliding Top 6 Container Sharps 10 through 12Gal Large Volume 7 Container Sharps 18to19Gal Hinged Top 8 Container Sharps 18 to 19Gal Sliding Top * Operational usage items are included in this list of Sharps Containers. b. Vendor must provide a complete itemized list of products supplied (manufactured and/or distributed by brands and descriptions) via excel sheet, and product catalog & literature in response to this RFIAQ. Vendors are required to supply all items listed in all sizes and device type. 2. Vendor must provide Sharps Containers that are latex free/safe. 3. Vendor must provide products that are Department of Transportation compliant. Sharps disposal containers are generally placed within DOT certified containers before shipping to a final disposal site." NIOSH publication 1997-111 section II. Vendor must provide supporting literature with initial submittal. 4. Vendor must provide products that are considered non-hazardous and safe for disposal in a landfill when permitted by local regulations as per Environmental Protection Agency. Vendor must provide supporting literature with initial submittal. 5. Vendor must provide products that are Impact Resistant: Manufacturer/Distributor must submit documentation of impact resistance, in that if the container is dropped, the container will maintain its physical integrity. Bloodborne Pathogen Standard 29 CFR 1910.1030(d) (4)(iii)(A). Vendor must provide supporting literature with initial submittal. 6. Vendor must provide products that are Puncture Resistant: Manufacturers/distributors must submit documentation of puncture resistance, in that the container will resist penetration by needles and other sharps during use and when compressed at a force of 2.81 pounds. Bloodborne Pathogen Standard 29 CFR 1910.1030(d) (4)(iii)(A). Vendor must provide supporting literature with initial submittal. 7. Vendor must provide Sharps Containers that are labeled with "biohazard" symbols and color-coded as per Department of Transportation regulations on hazardous materials under 49 CFR part 172. 8. Vendor must provide Containers that support the disposal of P-list and U-list (discarded commercial chemical products), as per EPA regulation 261.2(a)(2)(i). Vendor must provide supporting literature with initial submittal. 9. Vendor must have a DAPA or be in the process of obtaining a DAPA for the Sharps Containers product line. Vendor must provide the DAPA number or provide documentation that DAPA has been applied for with response submittal. 10. Vendor must indicate country from which each line item is an end product, IAW Trade Agreements Act. Vendors having existing DAPA numbers must also ensure that all DAPA line items/end products in the subject product line list the proper Trade Agreements Act country in the DAPA Management System. 11. Vendor must have agreements with the current Med/Surg prime vendors for each MMESO AOR, i.e. Cardinal Health and Owens & Minor for Sharps Containers or be in the process of obtaining Prime Vendor agreements. 12. Vendor will be required to submit discounts off DAPA for the products included in this standardization initiative when pricing is requested in Phase III. 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 Clinical Performance Evaluation Following acceptability of the technical/company requirements, the MMESO South, on behalf of the CPT, will request product sample sets from the product group to be sent to the specific 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 in Phase II. Product samples must be shipped no later than fourteen (14) calendar days after issue of notice, and arrive at the designated addresses for each MTF by 5:00PM local time before the 30th calendar day. Vendor must be able to deliver product literature, training materials and evaluation samples as requested to the MMESO Pacific via FedEx or UPS AND to the MMESO Europe via United States Postal Service (USPS) Express Mail AND throughout the United States by selected shipping method when requested in Phase II. Vendor must send the MMESO South 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. Unused samples will not be returned. Two of each size and style listed below are to be provided to each of the evaluation sites as identified in the letters of invitation. Item Description Number Each to Send To Each Facility 1 Container Sharps 5.0 to 5.4 Qt 2 each to facility 2 Container Sharps 8 or 9 Gal Hinged Top 2 each to facility 3 Container Sharps 8 or 9 Gal Sliding Top 2 each to facility Each evaluator will evaluate each product sample from each vendor against the established requirements. A trial will consist of evaluating 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. The clinical/performance acceptability evaluation period will last for fourteen (14) calendar days. The acceptability evaluation will be conducted using the below listed requirements with responses as either a "YES" (meets/passes requirements) or "NO" (does not/fails to meet requirements) answers. The MMESO JPRB has established that the Clinically Preferred threshold of products for standardization will be eighty percent (80%) of the requirements questions answered as "YES" (meets/passes requirements). A vendor scoring below the clinically preferred threshold will be disqualified from selection for this standardization initiative. Vendor will be required for in-servicing prior to the evaluations. Vendor will be given 14 calendar days from the issue of the notice in which to make demonstration/in-service arrangements/appointments with the participating MTFs so that the instructions are available for clinical evaluation at Phase II. Vendor must provide in-servicing within the following 14 calendar days to be completed within a total of 28 days of notification. Arrangements must be made for product samples to be delivered to participating MTFs by the scheduled in-service date. Vendor who does not make the before mentioned arrangements by the deadline will be disqualified from this standardization initiative. Vendor must send the MMESO Europe verification regarding the dates of the in-services for the participating MTFs. The vendor must coordinate all in-services so that all MTFs are in-serviced before the evaluation starts. Vendor will be allowed to be present during the in-servicing. Vendor will not be allowed to be present during the actual evaluation process of their products or their competitor's products. Vendor will not be allowed to speak to any hospital staff member regarding the product evaluation, product pricing or price related factors. A vendor who speaks and/or attempts to speak to hospital staff members regarding the product evaluations, pricing or price related factors will be disqualified from this evaluation process. A vendor scoring below the clinically preferred threshold will be disqualified from selection for this standardization initiative. A vendor who has been disqualified will be notified in writing upon completion of the standardization selection. Of those vendors that are qualified as clinically preferred, selection will be based on best price. 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 South and results will be forwarded to the MMESO CPT for final review. There will be approximately 11 MTFs enterprise wide that will be evaluating products. Clinical/Performance Requirements During the acquisition planning process, the CPT approved the clinical/performance requirements outlined below. 1. (Bloodborne Pathogen Standard 29 CFR 1910.1030(d)(4)(iii)(A)). Containers have a locking mechanism which is safe and uncomplicated to operate. The container is easily secured to provide for a safe environment for patient and health professionals, preventing injury from sharp items in the container. 2. (The Joint Commission Environment of Care Standards EC.01.01.01-The hospital plans activities to minimize risks in the environment of care; and EC.02.02.01-The hospital manages risks related to hazardous materials and waste.). Container accessibility facilitates one-hand gravity feed disposal of sharps. The container is easily opened with one hand to provide for safe disposable of sharps being held in the other hand, which will provide a safe environment for the health professionals.3. Container's locking mechanism provides security against tampering or accidental spills. 3. (Bloodborne Pathogen Standard 29 CFR 1910.1030(d) (4)(iii)(A)). Container's locking mechanism provides security against tampering or accidental spills. The container is easily secured to provide for a safe environment for patient and health professionals. 4. (The Joint Commission Standards EC.01.01.01-The hospital plans activities to minimize risks in the environment of care; and EC.02.02.01-The hospital manages risks related to hazardous materials and waste). The correct assembly of the unit is self-evident. The container will be assembled per manufacturer instructions If the units are difficult to assemble they will require more time and may not be assembled properly. 5. (Bloodborne Pathogen Standard 29 CFR 1910.1030(d)(4)(iii)(A)). The fill level of the container is readily apparent by design, so it can readily be determined when it is 3/4th full. The container will have an apparent indicator to determine its fill level. Phase III Pricing 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 South and must be received by 5:00PM CST, 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 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/MS-1104-31_Sharps_Containers/listing.html)
 
Place of Performance
Address: Medical Materiel Enterprise Standardization Offices General Dynamics Information Technology (GDIT), 7800 IH-10 West, Suite 220, San Antonio, Texas, 78230-4768, United States
Zip Code: 78230-4768
 
Record
SN02578092-W 20110917/110915235636-2d6f310ca725baa5b901872f195de310 (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.