SOURCES SOUGHT
65 -- Tri-service Regional Business Office (TRBO) Northwest Region (Washington and Alaska) announcement for the evaluation and standardization of Compression Devices and Supplies.
- Notice Date
- 11/1/2007
- Notice Type
- Sources Sought
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU011-07-07-001COMPRESSIONDEVICES
- Response Due
- 12/7/2007
- Archive Date
- 2/5/2008
- Point of Contact
- Wesley E. Burnett, 253-968-1869
- E-Mail Address
-
Email your questions to Western Regional Contracting Office
(wes.burnett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A. General Information The Northwest Region TRBO is interested in standardizing Compression Devices and Supplies. This process will include vendor electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offe rs. The product category includes pneumatic compression devices, foot pumps, and associated supplies such as tubing and sleeves (foot, calf, thigh, and under-cast) for patients in the prevention of Deep Vein Thrombosis (DVT). This project is in line with the strategy of the Northwest Region to combine volume for a more advantageous discount through a Regional Incentive Agreement (RIA). The primary objective of this program is to determine the clinically preferred product or source(s) at the best possible price. It is also intended that standardized products will be obtained through the Department of Defense (DoD) Prime Vendor (PV) Program. The following facilities in the Northwest Region will be participating in the clinical evaluation: Northwest Region Lead MTF - Madigan Army Medical Center Participating MTFs - Madigan Army Medical Center Naval Hospital Bremerton Elmendorf Air Force Base Hospital This announcement is part of the Medical/Surgical Prime Vendor program executed by the Defense Supply Center Philadelphia, Directorate of Medical Materiel. In order to participate, your company must have, or be in process of obtaining, a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the Prime Vendor (Cardinal Healthcare). 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 our web site at: https://dmmonline.dscp.dla.mil The Tri-Service Regional Business Office (TRBO) will provide anticipated volume (quantity) based on historical usage/forecasted requirements. The agreement will be for a base period of two (2) years (24 months) from date of award with three (3) 12-month o ption periods. Anticipated award date is April 2008. The evaluation will be based on technical, clinical and pricing factors. The selection will be determined utilizing best value/trade off criteria. Point of Contact: Pat Cordier, RN, MSN, CNOR at (253) 968-0898; Email - Patricia.Cordier@us.army.mil B. Products & Performance Required The Northwest Region is seeking product line items and associated supplies including pneumatic compression devices, foot pumps, tubing and sleeves (foot, calf, thigh, and under-cast) for patients in the prevention of deep vein thrombosis (DVT). The estimated total volume in the Northwest Region for this product line is over $338K annually. The current vendors providing the products through the prime vendor with their market shares in the Region over the past 12 months (in %) are: Vendor $ % Huntleigh $289,844 86% Kendall $48,708 14% Total: $338,552 100% At the request of the Northwest 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, information, a nd itemization of the brands, types and packaging information of the products offered by the vendor. C. Instructions to Offerors If you are interested in participating in this standardization initiative, email your (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, E-mail address, and (3) your answers to the technical questions/criteria below to Patricia.Cordi er@us.army.mil no later than 7 December, 2007. (4) Please email product literature only to: Pat Cordier, RN, MSN, CNOR at patricia.cordier@us.army.mil This process will include vendor requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offers. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the Region that its quote and literature actually arrived at the Region via email. We strongly recommend that ea ch submitting vendor confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. D. Selection Procedures Phase I: 1. The sources sought notice will be posted to the FBO for a period of five weeks (35 days until 7 December, 2007). 2. Vendors will respond to the FBO posting and provide detailed responses to the technical/company criteria. 3. The TRBO team will compile the technical/company criteria responses and send to the CPT for review. 4. The CPT will review the responses from the vendors and determine which vendors meet the criteria. 5. The vendors who met the technical/company criteria will be invited to participate in the clinical evaluation process. Phase II: 1. The TRBO will request that vendors send requested sample set directly to participating MTFs. (Requests will include notice date; the date which identified products must be delivered to the MTFs, the products that will be evaluated by a general descrip tion, the number of samples required, and addresses to send the products.) Vendors who do not meet the deadline for sample arrival will be eliminated from the standardization process. 2. Vendors will provide samples at no charge to the government. Unused sample products will not be returned. 3. CPT teams will evaluate the product against the clinical (performance) criteria. The evaluation responses will be in a Likert like format with a 1-7 scoring format (1 = Strongly Disagree; 2 = Disagree; 3 = Slightly Disagree; 4 = Undecided; 5 = Slightly Agree; 6 = Agree; 7 = Strongly Agree). The CPT has set a target clinical acceptability threshold of 4.1 for acceptability of products for standardization. All clinical criteria are weighted equally. 4. Clinical evaluations and comments will be tabulated by the TRBO, CPT will review results and the CPT recommendation will be forwarded to the Tri-Service Product Review Board (TPRB) for review. Phase III: 1. 4.1 is a target clinical acceptability threshold. The CPT will analyze this acceptability as being at or near 4.1 depending on the break in the average scores and how closely scores are clustered near 4.1. Below this threshold, products will be unacc eptable clinically and not eligible for consideration for standardization and will not be considered further. Those vendors meeting the threshold will be asked to submit best value pricing for analysis. 2. The Region intends to evaluate quotes and select a vendor or vendor(s), without discussions. Vendor quotes should contain the vendor's best product matches for the products or product lines requested in this announcement. Vendor quotes should contain the vendor's best responses to all technical and/or company questions listed in this announcement. Vendor quotes should contain the vendor's best tiered-pricing discounts off of the vendor's DAPA pricing (based on committed volume of 80% of the total req uirements of the MTFs in the Northwest Region). However, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. 3. If a down-selection is made during the evaluation process, the Region may limit the number of quotes to the greatest number that will permit an efficient competition among vendors. 4. All vendors will provide pricing responses electronically by e-mail. Vendors will be given 14 calendar days from issue of notice date to submit pri cing. Vendors that fail to meet the pricing deadline will be disqualified. 5. Price analysis will be forwarded to the TPRB for review. Pricing will be based on a committed volume for a two-year period with three possible one-year option periods (agreement not to exceed 5 years). You are required to offer prices lower than your DAPA prices or you will be disqualified. 6. Clinical (Performance) evaluation is more important than the price. 7. The TPRB reviews the data for a best value decision. 8. The DSL will ensure that proposed prices (discounts off of DAPA), volume purchasing commitment and technical merit of the offer are a good value for the region. 9. The TPRB votes for the best value. 10. The TRBO develops decision document and submits to DSCP for approval. 11. RIA is initiated with selected vendor and TPRB/MTFs notified. Technical Criteria 1. Your company will provide a full line of devices and supplies for DVT prevention. List the types of technology available in your line (i.e., pneumatic compression, foot pump, etc.) 2. List the types of sleeves available (i.e., foot, calf, thigh, under-cast, etc.) 3. Your company has, (or is in process of obtaining) a Distribution and Pricing Agreement (DAPA) with Defense Supply Center, Philadelphia. You will provide the DAPA number(s) for this product group. Vendors that do not have a DAPA will be disqualified. 4. Your company has, (or is in process of obtaining) a distribution agreement with Cardinal Healthcare. Vendors that do not have a distribution agreement will be disqualified. 5. Provide your implementation plan for servicing the supply requirements of the region. 6. Does your company provide product representatives for each account in the region? If so, please provide the list of representatives for facilities in TRICARE Northwest Region. 7. Provide your companys returned goods policy. 8. List educational programs, tools or materials you have for this product line. 9. You are required to offer prices lower than your DAPA prices or you will be disqualified. 10. Provide any history of backorders and/or recalls for this product group. Specifically: Dates and duration Cause Resolution 11. Discuss what type of technology your device(s) utilize (sequential, gradient, pneumatic, venous compression, etc). 12. Does one device power both calf/thigh therapies and foot therapies? 13. Provide a sizing chart for all sizes of sleeves that you carry. 14. Describe how your sleeves are constructed. 15. Due to the ever increasing number of latex sensitive beneficiaries in our health system, our region requires latex-free versions of products in this product line; additionally products must be clearly labeled as latex-free. 16. List the available Tubing Assembly lengths for your machines 17. List the safety features incorporated into your tubing/sleeve technology. For example, tubing can be only attached to the sleeve in one manner to prevent reversing the sequence of the compression cycle. 18. List the technology options for DVT prevention that are available from your company for unusual patient types (i.e., open leg/foot wounds, lower extremity trauma, draining leg wounds, etc). 19. Do your companys devices have pre-set cycles that are automatic or do personnel have to program the machines prior to use? Clinical Criteria: 1. Sleeves are lightweight. 2. Sleeves are comfortable to wear (i.e., fabric is breathable to prevent heat buildup). 3. Sleeves have adjustable closure for better fit. 4. Sleeve fit/tubing and connector placement allows patient to ambulate safely without removing the sleeve. 5. Connections between sleeves and tubing, and tubing and machines allow for quick connect and disconnect. 6. Tubing is kink-resistant. 7. Operation of device is intuitive, and requires simple steps to initiate safe therapy. 8. Devices are easily portable (lightweight, not bulky). 9. Devices are quiet when running (low noise level). 10. Devices are easy to troubleshoot (panel alarm displays are clearly visible, displays can be seen at a glance and troubleshooting steps do not significantly increase device set-up/operation time).
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Country: US
- Zip Code: 98431-1110
- Record
- SN01444867-W 20071103/071101223858 (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 |