Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOURCES SOUGHT

65 -- Pharmaceutical Drug ISOTRETINOIN: Generic code 059843, 40 mg, tabs; Generic code 059841, 10 mg, tabs; and Generic code 059842, 20 mg, tabs.

Notice Date
3/1/2005
 
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
DADA09-05-T9010
 
Response Due
3/23/2005
 
Archive Date
5/22/2005
 
Small Business Set-Aside
N/A
 
Description
This FedBizOps announcement is our notice that TRICARE Regions 6, 7&8 (formerly Southwest & Central) which includes all Military Medical Treatment Facilities (MTFs) in the states of Texas, Arkansas, Louisiana, Colorado, Arizona, Kansas, Missouri, Ida ho, Oklahoma, New Mexico, North Dakota, Montana, Nebraska, Nevada, South Dakota, Utah, and Wyoming are initiating the standardization process for the pharmaceuticals as indicated by the listed generic code below. This is a Sources Sought Notice only, and samples are not being requested at this time. The intent of this standardization is to establish a regionally preferred source(s) and to achieve volume discounts of selected products for regional MTFs in TRICARE R egions 6, 7&8. In exchange for becoming a preferred source for TRICARE Regions 6, 7&8, the Government requests additional price considerations for these products. Other TRICARE Regions may elect to join after award, and additional price consideration wil l be requested at that time. Products. ISOTRETINOIN: Generic code 059843, 40 mg, has an estimated annual usage of 24 bottles in 30 tabs (720), 1,485 bottles in 100 tabs (148,500). ISOTRETINOIN: Generic code 059841, 10 mg, has an estimated annual usage of 20 bottles in 100 tabs (2,0 00). ISOTRETINOIN: Generic code 059842, 20 mg, has an estimated annual usage of 55 bottles in 100 tabs (5,500). Criteria. Each vendor must not only meet all FDA requirements related to pharmaceuticals, medications, and vaccines but also meet or demonstrate compliance with the base criterion for this product line. These criterion include but are not limited to the following: (1) Clinical studies demonstrating the safety and efficacy of the drug in appropriate populations. (2) Therapeutic advantages and disadvantages relative to accepted therapy. (3) Cost-effectiveness relative to accepted therapy. (4) Clinica l support and education programs to each MTF. (5) Customer support in the form of a sales representative for each MTF within TRICARE Regions 6, 7& 8. (6) Unique NDC for each product. (7) Bar code labeling with NDC. (8) Existing Federal Supply Schedu le (FSS) contract for each product and/or a Distribution and Pricing Agreement (DAPA) for providing reliable distribution through our DoD Pharmacy Prime Vendors (Reg 6- Bergen; Reg 7&8- Cardinal and Dakota Drug) for all TRICARE Region 6, 7&8 facilities. ( 9) Quarterly utilization data collection support to the Tri-Service Regional Business Office (TRBO). (10) A company returns policy. Selection. A Clinical Product Team (CPT) will evaluate this product line. CPTs are composed of healthcare providers who have expertise and knowledge of the products and will review products and literature submitted. TRICARE Regions 6, 7&8 deem the CPT m embers to be medical experts. Therefore, they are qualified to determine and recommend which products are acceptable. The CPT recommendation can be based on literature review, presentation, demonstration, and physical or clinical evaluation. Recommendat ions by the CPT will be at the sole discretion of the experts selected to review any offering. The drug(s) may or may not be listed on drug plan formularies, and recommendations may be deferred pending further information. Pricing. Regional Incentive Agreements (RIAs) can be exercised on the package size or bulk quantities deemed most advantageous to the Government. Price is the most important factor, and items may be awarded as an aggregate. Vendors are required to propo se an incentive price in their submittals for each line item listed to be considered for award. Offerors must state the exact name (name that appears on label) by which the drug will be supplied and have a unique NDC number. Offerors must provide bar cod e labeling which includes at a minimum the NDC number. Additionally, offerors are encouraged to provide the expiration date and lot number in the bar code. Award will be made on the package size(s) most advantageous to the Government. Contact Mr. Hill by email to obtain the pricing excel spreadsheet format to be used. The awardee(s) will be required to permit lower prices by the DoD Pharmaceutical Prime Vendor (PPV) up front. Any additional chargeback/rebate will be handled after the sale between the manufacturer and the appropriate DoD PPV. The chargeback/rebate proc ess must be transparent to the MTF customer. The awardee(s) will permit the DoD PPV to load the lower discounted incentive price into their Electronic Order Entry System (EOES). The MTF customer shall see the lower incentive price on the DoD PPV EOES scr een. Currently, neither Defense Medical Logistics Standard Support (DMLSS), the Universal Data Repository (UDR) nor DSCP can load the regionally reduced prices. Under no circumstances shall the awardee attempt to charge the MTF customer the non-RIA price (i.e., the higher initial price) and attempt to provide the delta via a chargeback/rebate after the sale. The awardee(s) will assign a unique chargeback number to this Regional Incentive Agreement, to distinguish it from the original Government contract or other agreement price (i.e. FSS, DAPA, etc.). Interested companies should provide Mr. Hill your company name, address, point of contact to address questions regarding your products, telephone, fax, answers to the listed criteria questions above, and pricing proposal(s) (excel spreadsheet) no later tha n COB 23 March 2005. Companies must also provide their FSS contract and/or DAPA number for their product(s). [For information regarding pharmaceutical DAPAs, contact Captain Trang, DSCP, at (215) 737-9068.] Companies not responding by the suspense date may be eliminated from consideration on any subsequent procurement action for these items. Again, all submittals must be received by COB 23 March 2005. To participate, please contact Mr. Kevin Hill the Tri-Service Regional Business Office (TRBO), Bldg 36 00, Room L34-1A, ATTN: SGLL-TRBO/Mr. Kevin Hill (210-916-7456), 3851 Roger Brooke Drive, San Antonio, TX 78234, e-mail: Kevin.Hill2@amedd.army.mil. Electronic communication is preferred.
 
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
Country: US
 
Record
SN00760445-W 20050303/050301212336 (fbodaily.com)
 
Source
FedBizOpps.gov 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.