Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2005 FBO #1460
SOURCES SOUGHT

65 -- SPIRONOLACTONE and the combination product SPIRONOLACTONE WITH HYDROCHLORTHIAZIDE

Notice Date
11/23/2005
 
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
DADA09-06-T9004
 
Response Due
12/30/2005
 
Archive Date
2/28/2006
 
Small Business Set-Aside
N/A
 
Description
This Federal Business Opportunity announcement is our notice that TRICARE Regions 6, 7 & 8 which includes 46 Military Treatment Facilities (MTFs) in the states of Arkansas, Arizona, Colorado, Idaho, Kansas, Louisiana, Missouri, Montana, Nebraska, New Mexico, North Dakota, Nevada, Oklahoma, South Dakota, Texas, Utah, and Wyoming are initiating the standardization process for the pharmaceuticals SPIRONOLACTONE and the combination product SPIRONOLACTONE WITH HYDROCHLORTHIAZIDE as indicated by the listed generic codes 027691 and 082330. 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 produc ts for regional MTFs in TRICARE Regions 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 an d additional price consideration may be requested at that time. PRODUCTS: SPIRONOLACTONE and the combination product SPIRONOLACTONE WITH HYDROCHLORTHIAZIDE. GENERIC CODE: 027691 and 082330. GENERAL REQUIREMENTS: Each vendor must meet all FDA requiremen ts related to pharmaceuticals, medications, and vaccines and also meet or demonstrate compliance with the base criterion for this product line. These criteria include but are not limited to the following: (1) generic equivalency to reference drug product, (2) unique NDC for each product, (3) bar code labeling with NDC, (4) existing FSS contract for each product, (5) quarterly utilization data collection support to the Tri-Service Regional Business Office (TRBO), (6) Distribution and Pricing Agreement (DAPA ) for providing reliable distribution and consistent availability through our DoD Pharmacy Prime Vendors (Amerisource Bergen, Cardinal Health and Dakota Drug) for all TRICARE Region 6, 7 & 8 facilities (7) a company returns policy, and (8) customer support in the form of a sales representative for MTFs within TRICARE Regions 6, 7 & 8. 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 pro ducts and literature submitted. TRICARE Regions 6, 7 & 8 deem the CPT members to be medical experts. Therefore, they are qualified to define and establish product evaluation criteria and recommend which products are acceptable. The CPT recommendation ca n be based on literature review, presentation, demonstration, and/or clinical evaluation. Recommendations 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 formular ies, and recommendations may be deferred pending further information. Regional Incentive Agreements (RIAs) can be exercised on the package size or bulk quantities deemed most advantageous to the Government. Vendors are required to propose an incentive pr ice in their submittals for each line item listed to be considered for award. Applicants must state the exact name (name that appears on label) by which the drug will be supplied and have a unique NDC number. Award will be made on the package size(s) mos t advantageous to the Government. The awardee 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 process must be transparent to the MTF customer. The awardee 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 screen. Under no circumstances shall the awardee attempt to charge the MTF customer the non-contract price (the higher initial price) and attempt to provide the difference via a chargeback/rebate after the sale. The awardee 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. Federal Supply Schedule (FSS), Distribution and Pricing Agreement (DAPA) etc.). To participate, please contact Charlene Reith not later than 30 December 2005 at the Tri-Service Regional Business Office (TRBO), Bldg 36 00, Room L34-1A, ATTN: SGLL-TRBO/Char lene Reith (210-916-6258), 3851 Roger Brooke Drive, San Antonio, TX 78234, e-mail: Charlene.Reith@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
SN00937193-W 20051125/051123212216 (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.