SOURCES SOUGHT
65 -- Safety Scalpels and Blades
- Notice Date
- 2/28/2007
- Notice Type
- Sources Sought
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-07-0004
- Response Due
- 3/23/2007
- Archive Date
- 5/22/2007
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. FOR FURTHER INFORMATION CONTACT MS GINNY SLAYTON, 706-787-2019. Potential sources sought to participate in the regional standardization of Safety Scalpels and Blades. A. General Information: TRICARE Southeast Region, a military integrated delivery network, comprised of Army, Navy, Air Force, Marine Corps and Coast Guard medical treatment facilities (MTFs) in the states of states of Alabama, Georgia, Florida, Mississippi, South Carolina, T ennessee, and affiliated areas of Puerto Rico, Honduras, and Cuba announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Safety Scalpels and Blades. The major facilities in the area includes: MacDill AFB, FL; Eglin AFB, FL; Keesler AFB, MS; Fort Benning, GA; Fort Gordon, GA; Fort Stewart, GA; Fort Jackson, SC; Naval Hospital Jacksonville, FL; Naval Hospital Beaufort, SC; and Naval Hospital Pensacola, FL. This procurement is part of the Medical/Surgical Prime Vendor Program executed by the Defense Supply Center Philadelphia, (DSCP) Directorate of Medical Materiel. In order to participate your company MUST have a Distribution and Pricing Agreement (DAP A) with the Defense Supply Center Philadelphia (DSCP) AND A separate commercial agreement with the Prime Vendors for the program. This is pursuant to the DAPA clause by which DAPA holders agree to the Standardization process and to allow Prime Vendors to distribute their items. This is a supplement to the Prime Vendor Program and it is NOT a contract. For additional information regarding DSCPs Prime Vendor program please access the web site at: https://dmmonline.dscp.dla.mil. The TRBO will provide anticipated volume (quantity) based on historical usage/forecasted requirements. The agreement with incentive pricing will be based on a committed volume for a base period of two (2) years (24 months) from the date of award with three (3) - 12 month option periods (not to exceed 5 years). Anticipated award date is August 2007. The evaluation will be based on clinical, technical, and pricing factors. The award will be determined utilizing Best Value/trade off criteria. Point of Contact is Ginny Slayton, (706) 787-2019, Virginia.slayton@us.army.mil. B. Products & Performance Required The Southeast Region is seeking product lines in the category of Safety Scalpels and Blades. The estimated total volume for non-safety Scalpels & Blades is $47,946.78. The estimated total volume for Safety Scalpels & Blades is $8,398.07. This is based on the historical prime vendor sales for a 12-month period. The regions goal is to conve rt all non-safety items to safety. At the request of the Southeast Region Military Treatment Facilities vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, and itemizat ion of the brand, types and packaging information of the products offered by the vendor. C. Instructions to Offerors If you are interested in participating in this standardization, you must provide all detailed information on the Safety Scalpels and Blades, which clearly outline the requirements stated within this notice along with a copy of your published literature to support all responses by the close of business on the closing date of this solicitation. All interested offerors are to provide electronically responses by email. Send all corresponding information along with the following: Company name, point of cont act, address, phone number, fax, email address, Solicitation Number, Complete answers, and electronic set of published literature for Safety Scalpels and Blades, to Ginny Slayton, Virginia.slayton@us.army.mil. (706) 787-2019 prior to the closing date of th is solicitation in order to remain competitive. This process will include vendor(s) requirements of electronic respo nses to technical criteria, no charge samples for clinical evaluation, and submission of electronic & paper copies of best price offers. D. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logisticians from nine Military Treatment facilities in the Southeast region. They are the final decision makers fo r this initiative. During Phase I, vendor(s) will be required to provide responses to the technical/company criteria. The Clinical Product Team (CPT) comprised of medical professionals from several disciplines will review the responses and determine acceptability. After review of the technical/company criteria, those vendors who meet the criteria will be invited to participate in the clinical/performance evaluation. The Tri-Service Regional business Office (TRBO) will request samples from the product group to be clinically evaluated at select Military Treatment Facilities (MTFs). Vendors are required to ship samples direct to the MTFs. A ten-business day period will be allotted to vendors for shipment. Vendors failing to ship by the deadline will be disqualified from further consideration in the standardization process. The MTFs will evaluate the clinical/performance criteria using a Likert like one to five rating scale. One is equal to not acceptable and five is equal to highly acceptable. All criteria are weighted equally. The CPT has set a 3.5 acceptability thr eshold for all product groups. Clinical/performance results lower than 3.5 will not be considered acceptable and will be disqualified from further consideration in the standardization process. After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who met the 3.5 threshold will be asked to submit their best pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Southeast Region. Clinical/performance factors will be weighted more heavily than price. Pricing will be evaluated based on the best value to the government and will be based on a committed volume for a two-year period with possible one-year option periods (not to exc eed 5 years). 1. Technical/Company Criteria Evaluation The CPT will review the following technical criteria responses from each vendor and determine acceptability: i) Vendor(s) must provide DAPA number for this product line. ii) Vendor(s) must have separate agreement with Owens & Minor for distribution in the Southeast region. Provide prime vendor conversion number. iii) Vendor(s) must provide and attach a copy of all itemized brand(s) and styles that are manufactured and/or distributed for Safety Scalpels & Blades. iv) Vendor(s) will list the industry production and safety standards used in manufacturing this product. Provide the information on production standards. v) Vendor(s) must identify if company has had history of back orders and/or recalls for the product line. Explaining the a) dates and duration b) cause, c) resolution. vi) Vendor(s) will attach and provide company return goods policy & all warranties. vii) Vendor(s) will provide name and contact information for the local vendor representative; and 1-800 number for Customer Service for each of the accounts. Attach a copy of local representatives viii) What types of educational tools or materials do you have for this product line ix) What kind of staff training does your company provide? x) Does your company provide 24/7 customer service? xi) Vendor(s) must be able to provide electronic and hard copy proposed pricing and competitive product cross reference in electronic excel format upon request. xii) Vendor(s) will provide all possible incentive programs not previously discussed. xiii) Are your products latex free? Provide and attach a copy of all latex free items. xiv) Vendor(s) must be able t o provide a full product line of Safety Scalpels & Blades to include but not limited to: all sizes, types (retractable, shielded and/or disposable), individual & attached blades to handles, Safety Scalpel Handles with various lengths and sizes. 2. Clinical Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products based upon the following evaluation criteria to determine acceptability. i) Ergonomically designed, well-balanced, blade and handle connection is stable, comfortable to hold, and can be used in either hand. ii) Safety feature is easy to use and recognized and requires minimal training. iii) Blade maintains its sharpness. iv) Blade size and blade handle size are easily identified from the packaging. v) Safety feature can be activated/deactivated with one hand. vi) Safety device does not activate passively. vii) Blade position is visible at all times on the sterile field. viii) Handle is slip resistant. ix) The device cannot be reused once the safety feature is permanently activated for disposal. x) Package is easy to open and allows for aseptic delivery to the sterile field. 3. Price Evaluation Technical/company and Clinical/performance factors will be evaluated first. The technical/company and clinical/performance evaluation will determine who the acceptable offerors are. Then the quotes will be compared regarding price and the TPRB will p erform a technical/price trade off (i.e., very superior technical capabilities may justify paying a higher price). THE CLOSING DATE IS MARCH 23, 2007 4:30 PM EDT
- Place of Performance
- Address: TRI SERVICE SOUTHEAST REGIONAL BUSINESS OFFICE ATTN: BLDG 40707 40TH STREET ROOM 105 Fort Gordon GA
- Zip Code: 30905-5650
- Country: US
- Zip Code: 30905-5650
- Record
- SN01240981-W 20070302/070228221317 (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 |