Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOURCES SOUGHT

65 -- Standardization of Safety IV Catheters for the Pacific Region-TRBO Region 12, a military integrated delivery network, comprised of 18 Army, Navy, Air Force and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Kore a

Notice Date
12/6/2007
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
W81K02-08-T-3003
 
Response Due
12/27/2007
 
Archive Date
2/25/2008
 
Point of Contact
Susan Hwang, 808-433-3686
 
E-Mail Address
Email your questions to Pacific Regional Contr Ofc TAMC
(susan.hwang@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A. General Information The Pacific Region-TRBO Region 12, a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Korea announces a Requ est for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Safety Intravenous Catheters. The primary objective of this standardization initiative is to achieve a best value determination that represents the clinically prefer red product or source at the best possible price. It is also intended that standardized product be obtained through the Department of Defense Prime Vendor Program. The major facilities in the region include but are not limited to Tripler Army Medica l Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, 121st Combat Support Hospital Seoul, 374th Medical Group, Yokota AB, and 18th Medical Group Kadena AB. This standardization action 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 (DAPA) and a separate commercial agreement with t he 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 products. This RFRIAQ is a supplement to the Prime Vendor Program and is not a contract. For additional information regarding DSCPs Prime vendor program, please access their web site at https://dmmonline.dscp.dla.mil The agreement will be for a base period of two years (24 months) from date of award with three 12-month option periods. Anticipated award date is November 2008. 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 Cheryl Janus, RN, TRBO Clinical A nalyst 808-433-7985, cheryl.janus@amedd.army.mil B. Products & Performance Required The Pacific Region is seeking product line items in the category of Safety Intravenous Catheters. For this product line, the yearly estimated total usag e/forecasted requirement for this product is approximately $509,977. This forecast is based on historical prime vendor sales for a 12-month period. At the request of the Pacific Region Military Treatment Facilities, vendors will provide on-site sup port and in-servicing, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS information, and itemization of the brands, types and packaging information of the products offered by the vend or. C. Instructions to Vendors DAPA holders interested in participating in this standardization initiative should email their (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to cheryl.janus@amedd. army.mil. Submissions must be received prior to the specified closing date/time of this solicitation. Failure to meet the submittal deadline will result in exclusion. This process will include vendor requirements of electronic responses to technic al criteria, no charge samples for clinical evaluation, on-site in-person in-servicing, product literature, education and training materials, and submission of electronic best price quotes. Due to the potential for email to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Regional POC that their initial submission, quote, and literature actually arrived at the Region via email. Each submitting vendor is advised to confirm receipt, allowing adeq uate time for resubmission before the due date/time, should a problem occur with the first submission. D. Evaluation Criteria The Tri-Service P roduct Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logisticians from the Military Treatment Facilities within the Pacific Region. They are the deciding officials for this initiative. <B R>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 requirem ents of the MTFs in the Pacific Region). Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. 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. Phase I: Vendors will respond to the FBO posting by e-mailing their interest in participating in the standardization process to the POC listed on t he FBO. The TRBO will request detailed responses to the technical/company criteria from the vendors. Vendors will provide detailed responses to the technical/company criteria. The technical/company criteria are weighted equally. The TPRB clinicians will re view the responses from the vendors and determine which vendors meet the criteria and which vendors are disqualified based on their responses to the technical/company criteria. Phase II: The TRBO office will request clinical evaluation sample s et and product literature from the vendors. The vendor will be required to send the no charge samples directly to the participating MTFs. Failure to meet the deadline for sample arrival will result in exclusion from the standardization process. Vendors wi ll be given 21 calendar days in which receipt of the samples at the MTF must occur. Samples must be shipped to arrive at the MTF by close of business, 4 p.m. local time, on the twenty first calendar day after the notice to ship. Failure to deliver samples by the requested deadline will result in disqualification from the standardization process. The TPRB clinicians participating in the evaluation will form their team and evaluate the product against the clinical/performance criteria in the clinical s etting. The evaluation responses will be in a Likert type format with a 1-5 scoring format. The scale descriptors are: One (1) = strongly disagree, Two (2) = disagree, Three (3) = neutral, Four (4) = agree, and Five (5) = strongly agree. All clinical cri teria are weighted equally. All vendors will be required to provide an on-site, in-person in-service to Tripler Army Medical Center (TAMC), prior to the use of their products. Failure to provide on-site, in-person in-servicing to TAMC will result i n exclusion from the standardization process. The TPRBs support and TAMCs rationale for in-servicing of this product group is in compliance with the Association of Peri Operative Registered Nurses Position Statement The role of the health care industry r epresentative in the perioperative/invasive procedure setting (AORN Recommended practices and Guidelines, 2007). In-service is required to meet the governments minimum need and is normal and customary. All vendors will be required to provide traini ng materials to NH Guam, NH Okinawa, NH Yokosuka and 36th MDG Andersen. These training aides will address the safe and acceptable method of using the device. The training/guidance materials may be in the form of a DVD, product literature or other instructi onal methods that the vendor believes will assist the clinician. These training items must arrive prior to the clinical evaluation period. Failure to provide tr aining/instructional materials will result in exclusion from the standardization process. The clinical representatives, on the TPRB, from NH Guam, NH Okinawa, NH Yokosuka and 36th MDG Andersen, opted to exercise this option for the training and guidance of the clinicians who will use the samples. This option is another method used to support the government's minimum need and is normal and customary. Clinical evaluation process for Tripler Army Medical Center: Each vendor will have a full work week, t o represent their product. Each vendor will provide on-site, in-person, in-servicing at TAMC on the first day of the work week. Day #1: The formal in-service program by the vendor for their devices will be presented. After this formal in-service episode, t he vendor serves as a clinical consultant to the clinicians. The remainder of that day and for the remaining work week, the vendor will be available, to serve as a consultant.Day 2-5: clinical evaluations will be conducted. The vendor will be available for consultations and guidance regarding the product. All vendors will be required to meet the standards of conduct in accordance with facility policies, local, state, and federal regulations. Clinical evaluation process for NH Guam, NH Okinawa, NH Yok osuka and 36th MDG Andersen: Each vendor will provide product literature, training aides and teaching material prior to the clinical evaluation. The Pacific Region TPRB clinical representative, from each of these MTFs, will select the appropriate providers for this evaluation. They will proctor and monitor the clinical evaluation process. Day 1: the staff will review all literature and teaching aides provided by a vendor. Day 2-5: clinical evaluations will be conducted. Vendors will be available by telephon e for questions, consultations and guidance. Phase III: All vendors participating in the clinical evaluation will be asked to submit lowest price quote for analysis. Vendors will be given 7 calendar days from the date of request to submit their b est pricing quotes, in a prescribed format, based upon the total requirements of this region. Those vendors that fail to respond as required will be disqualified from further consideration. The following elements will be considered in the pricing a nalysis: (1) Impact of RIA prices on the Region (post-standardization costs), (2) Potential cost avoidance, (3) impact of unmatched lines, and (4) consideration of SKUs by each vendor. Due to the potential for base DAPA prices to be inflated, the impact of RIA prices on the region is considered more important than other pricing elements. 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 p roducts 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 requirements of the MTFs in the Pacific Region). Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be neces sary. 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. The vendors will e-mail the price quote to the TRBO via e-mail in the prescribed format. Pricing will be based on a committed volume for a two-year period with possible one-year option periods (not to exceed 5 years).The Technical/Company and Clinical/Performance evaluation factors when combined are considered signif icantly more important than cost or price. As the technical and clinical results become more equal, price will become more important. Technical/Company C riteria Evaluation Generally responses to all questions in this section demonstrate that: 1) the business concern offering the quote is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; 2) based on the vendor s responses, the evaluators have reasonable confidence that the line or products and/or services offered meet the medical standards of care of the community, applicable to such products or services; 3) the vendor has, or is obtaining a DAPA for the items; 4) the vendor has, or is obtaining, an agreement covering the items, with Cardinal Health, the Prime Vendor for the region; (vendors whose products are not available through the regional PV will be disqualified) 5) the vendor intends to offer discounts off DAPA for all products included in this standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified); and 6) the vendors information provided is factually correct (any misrepresentation of information will disqualify t he vendor from further consideration). 1. Vendor must manufacture and/or distribute a complete product line of Safety Intravenous Catheters. A complete line of product is defined as the MTFs requirements for usage items in the product line. Usage items are defined in the Medical/Surgical Prime Vendor contract statement of work as DAPA items ordered at least once per month, and at least one unit per order. At a minimum, the following items are required: " Safety IV Catheter  16 gauge with a leng th range of 1 inch, or 1.25 inch or 1.16 inch. " Safety IV Catheter  18 gauge with a length range of 1 inch, or 1.25 inch or 1.16 inch. " Safety IV Catheter  20 gauge with a length range of 1 inch, or 1.25 inch or 1.16 inch. " Safety IV Cath eter  22 gauge with a length range of 1 inch, or 1.25 inch or 1.16 inch. " Safety IV Catheter  24 gauge with a length range of .75 inch, or 3/4 inch or 5/8 inch. 2. Your company must have a DAPA number or is in the process of obtaining a DAPA. Ven dors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified. 3. Your product must be available through the Prime Vendor, Cardinal Health. Vendors that fail to have a separate commercial agreement with Cardinal Healt h or show a lack of progress in obtaining an agreement will be disqualified. 4. Your company is required to provide price quotes lower than your DAPA or you will be disqualified. 5. Vendors must provide 24/7 customer service and identify company reso urces for such support with their initial submittals. 6. Your company must provide product literature for this product line. 7. Your company is required to provide on-site, in-person in-servicing to Tripler Army Medical Center (TAMC) prior to the cli nical evaluation. Vendors who cannot provide on-site, in-person in servicing to TAMC, prior to the clinical evaluation, will be disqualified. 8. Your company is required to provide product literature, training aids, and teaching materials prior to the c linical evaluation to NH Guam, NH Yokosuka, NH Okinawa and 36th MDG Andersen. Vendors who cannot provide product literature, training aids, and teaching materials to NH Guam, NH Yokosuka, and NH Okinawa, prior to the clinical evaluation, will be disqualifi ed. 9. Your product line must be latex free and indicated on the packaging and in the product literature. 10. Your product must have a passive safety feature. A feature which does not require the user to do anything differently than use the dev ice as an intravenous catheter, using the percutaneous route of entry. The safety mechanism will be activated (passively) during the normal use of the device. This mandatory requirement and standard was developed with the TPRB Clinicians, the HIV Office of the Centers for Disease Control and the Director, Infectious Disease Division, Tripler Army Medical Center. 11. Your products are single use and disposable. 12. Your company will provide a product with an easily identifiable safety feature. 13. Your company will provide a product whereby the activation of the safety feature (mechanism) will not allow for reuse of the product. 14. Your company will pr ovide a product, which is clearly marked as to the size of the safety catheter length and gauge. Provide specific information whether this information is provided on the device, or on the packaging or on both. 2. Clinical/Performance Criteria Evalua tion A team of medical professionals from multiple disciplines will evaluate the products based upon on the following evaluation criteria to determine acceptability. 1. The introducer tip does not have any apparent burrs or grooves. 2. The in troducer does not tear the skin or the vein. 3. The catheter threads easily over the introducer. 4. The passive safety mechanism activates without any intervention by the clinician. 5. Once the safety mechanism is activated, no part of the introdu cer is accessible. 6. The catheter hub is compatible with all intravenous tubing and sets.
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN01465261-W 20071208/071206230422 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.