Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

65 -- CSR Packaging Supplies - Technical / Company Requirement Response Document

Notice Date
12/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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-1104-30_CSR_Packaging_Supplies
 
Archive Date
1/18/2012
 
Point of Contact
Kevin Hill, Phone: 210-292-3270, 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 Central Sterile Room (CSR) Packaging Supplies. 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, Bethesda Naval Hospital, Portsmouth Naval Hospital, Womack Army Medical Center, Wright-Patterson Medical Center; MMESO South: Wilford Hall Ambulatory Surgery 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 a vendor must have or be in the process of obtaining a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Med-Surg PV for each MMESO 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 initiative and agree to allow PVs to distribute their products. The Incentive Agreement (IA) resulting from this Request for Incentive Agreement Quotation (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://www.medical.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 May 2012. 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. Points of Contact: Mr. Kevin Hill, MMESO South, Team Leader, Kevin.w.hill@amedd.army.mil, 210-292-3270. 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 Central Sterile Room (CSR) Packaging Supplies. Within the MMESOs this product line has an estimated annual dollar requirement of $870,062.82. This forecast is based on historical usage data during a recent 12-month period. Based on usage data, 35 of the total 313 line items account for 81.73% ($711,088.94) of the total volume in sales $ 870,062.82 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. 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 5:00 PM 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 technical/company requirements outlined below. The nine 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 complete line of CSR Packaging Supplies products. a. At a minimum the specific products and sizes identified below for CSR Packaging Supplies must be supplied. Vendors are required to supply all items listed in all sizes listed and will include at a minimum: 1 Self-Seal Dual Indicator 5.0 To 5.25 x 10.0 To 10.5 2 Self-Seal Dual Indicator 4.25 To 5.0 x 12.0 To 15.0 3 Paper Self-Seal Dual Indicator 5.0 To 5.25 x 10.0 To 10.5 4 Paper Self-Seal Dual Indicator 2.75 x 10.0 5 Self-Seal Dual Indicator 2.25 x 4.0 6 Paper Self-Seal Dual Indicator 2.0 x 5.0 7 Paper Self-Seal Dual Indicator 2.50 x 10.0 8 Paper Self-Seal Dual Indicator 2.75 x 9.0 To 10.0 9 Self-Seal Dual Indicator 3.0 To 3.5 x 8.0 To 8.5 10 Self-Seal Dual Indicator 3.25 To 3.5 x 5.25 To 6.5 11 Self-Seal Dual Indicator 2.75 x 9.0 12 Paper Self-Seal Dual Indicator 3.5 x 9.0 To 10.0 13 Paper Self-Seal Dual Indicator 3.5 x 6.5 14 Paper Self-Seal Dual Indicator 3.5 x 13.0 15 Self-Seal Dual Indicator 3.5 x 9.0 To 9.75 16 Self-Seal W/Plasma Indicator 6.0 x 12.5 17 Paper Self-Seal Dual Indicator 6.0 x 10.0 18 Self-Seal Dual Indicator 6.0 x 10.0 19 Self-Seal Dual Indicator 7.5 x 13.0 20 Paper Self-Seal Dual Indicator 7.0 x 13.0 21 Self-Seal Dual Indicator 8.5 x 15.0 22 Self-Seal Dual Indicator 8.0 x 12.0 23 Self-Seal W/Plasma Indicator 8.0 x 16.0 24 Paper Self-Seal W/Plasma Indicator 8.0 x 16.0 25 Heat-Seal W/Plasma Indicator 8.0 x 16.0 26 Tubing Polyethylene W/Plasma Indicator 8.0 In x 228 Ft 27 Self-Seal Dual Indicator 10.0 x 15.5 To 16.0 28 Paper Self-Seal Dual Indicator 10.0 x 16.0 29 Self-Seal Dual Indicator 10.0 x 15.0 30 Heat-Seal Dual Indicator 10.0 x 14.0 With 4 Pockets 31 Protector Instrument Tray Cellulose 29.5 x 19.7 With Corner Guard 32 Protector Instrument Tray Cellulose 19.7 x 15.0 With Corner Guard 33 Self-Seal Dual Indicator 12.0 x 18.0 34 Paper Self-Seal Dual Indicator 13.0 x 18.0 35 Paper Self-Seal Dual Indicator 12.0 x 15.0 *Operational usage items are included in this list of CSR Packaging Supplies b. Vendor must provide a complete itemized list of products supplied (manufactured and/or distributed by brands) via Microsoft Excel spread sheet, and a product catalog and literature, in response to this RFIAQ. Vendors are required to supply all items in all sizes and styles. 2. Vendor must provide CSR Packaging Supplies that are disposable. 3. Vendor must provide CSR Packaging Supplies that are latex free/safe. 4. Vendors must provide products that have a barrier material which is impermeable to liquids and microorganisms. 5. Vendor must have a DAPA or be in the process of applying for a DAPA number for the CSR Packaging Supplies. Vendor must provide the DAPA number or provide documentation the DAPA number has been applied for. 6. Vendor must have agreements with the current Med/Surg Prime Vendors for each MMESO AOR, i.e. Cardinal Health and Owens & Minor for CSR Packaging Supplies, or be in the process of obtaining Prime Vendor agreements. 7. Vendor will be required to submit discounts off of DAPA for all 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. A vendor shall not quote FSS prices as the discounted price for purposes of this standardization initiative. A vendor who does not provide discounts off DAPA in Phase III for all products will be disqualified. 8. 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. 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 5:00 PM 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. One box or a minimum of 30 each of the products listed below are to be provided to each of the evaluation sites as identified in the letters of invitation. 1 Self-Seal Dual Indicator 5.0 To 5.25 x 10.0 To 10.5 One box or a minimum of 30 each 2 Paper Self-Seal Dual Indicator 5.0 To 5.25 x 10.0 To 10.5 One box or a minimum of 30 each 3 Self-Seal Dual Indicator 3.0 To 3.5 x 8.0 To 8.5 One box or a minimum of 30 each 4 Paper Self-Seal Dual Indicator 3.5 x 9.0 To 10.0 One box or a minimum of 30 each 5 Self-Seal Dual Indicator 7.5 x 13.0 One box or a minimum of 30 each 6 Self-Seal Dual Indicator 10.0 x 15.5 To 16.0 One box or a minimum of 30 each 7 Protector Instrument Tray Cellulose 29.5 x 19.7 With Corner Guard One box or a minimum of 30 each 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. 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 nine 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. (Durable Package Integrity - Joint Commission NPSG 07.05.01 - Reduce the risk of Surgical Site Infections). The CSR Pouch resists punctures, tears and abrasions. The CSR Packaging Supplies must be strong, flexible and remain intact throughout the sterilization process for sterility of the package to be maintained. 2. (Permeability/penetrability - Joint Commission NPSG 07.05.01 - Reduce the risk of Surgical Site Infections). The CSR Pouch allows for the effective penetration of sterilants (steam, ethylene oxide, plasmas, irradiation, ozone and moisture). Barrier must effectively allow penetration to provide sterility. 3. (Aeration - Joint Commission NPSG 07.05.01 - Reduce the risk of Surgical Site Infections). The CSR Pouch allows post-dissipation of moisture/sterilants used. The CSR Packaging Supplies must allow for post-dissipation of moisture as retained moisture would contaminate the product. 4. (Usability - Joint Commission NPSG 07.05.01 - Reduce the risk of Surgical Site Infections). The sterilization peel packs (pouch) when peeled apart, provides an uncontaminated separation of the laminate film from paper, maintaining the sterile integrity of the contents for presentation to the sterile field. The adhesive film on the peel pack (pouch) must not come in contact with package content to maintain sterility of package content. 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-1104-30_CSR_Packaging_Supplies/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
SN02636685-W 20111211/111209234112-f6ec6e26cafc631d7e128128df07d866 (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.