Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
SOURCES SOUGHT

65 -- Standardization of Safety Surgical Scalpels and Blades for the Pacific Region, a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa and Kor ea

Notice Date
12/12/2007
 
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-3006
 
Response Due
1/2/2008
 
Archive Date
3/2/2008
 
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
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 Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Safety Surgical Scalpels and Blades (Disposable). The primary objective of this standardization initiative is to achieve a best value determination that represents the c linically preferred 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 Tr ipler Army Medical 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 par t 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 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 products. This RFRIAQ is a supplement to the Prime Vendor Prog ram 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 selection with three 12-month option periods. Anticipated selection date is Nov 2008. The evaluation will be based on clinical, technical, and pricing factors. The selection will be determined utilizing Best value/ trade-off criteria. Point of Contact: Cheryl J anus RN, TRBO Clinical Analyst 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 Surgical Scalpels and Blades (Disposable). For this product line, the yearly estimated total usage/forecasted requirement for this region is $16,110.00. 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 support 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 vendor. 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 sources sought notice. Failure to meet the submittal deadline will result in exclusion. This process will include vendor requi rements of electronic responses to technical 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 poten tial 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 adequate time for resubmission before the due date/time, should a problem occur with the first submission. D. Ev aluation Criteria The Tri-Service Product 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 decid ing officials for this initiative. 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 annou ncement. 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 comm itted 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 necessary. If a down-selection is made during the eva luation 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 stand ardization process to the POC listed on the 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 weig hted equally. The TPRB clinicians will review 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 set 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 fro m the standardization process. Vendors will 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 no tice 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 clinic al/performance criteria in the clinical setting. 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 Fi ve (5) = strongly agree. All clinical criteria 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 Safety Scalpel and Blades. Failure to pro vide on-site, in-person in-servicing to TAMC will result in 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 representative 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 cus tomary. All vendors will be required to provide training materials to NH Guam, NH Okinawa, NH Yokosuka and 18th MDG, Kadena. 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 instructional methods that the vendor believes will assist the clinician. These training items must arrive pr ior to the clinical evaluation period. Failure to provide training/instructional materials will result in exclusion from the standardization process. The clinical representatives, on the TPRB, from NH Guam, NH Okinawa, NH Yokosuka and 18th MDG, Kadena, opt ed 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 Arm y Medical Center. Each vendor will have a full work week, in the TAMC Operating Room Suite, to represent their Safety Scalpel and Blades. Each vendor will provide on-site, in-person, in-servicing at TAMC on the first day of the work week. This in-servicing period will be delivered to the Operating Room staff, as a whole. Day #1: The formal in-service program by the vendor for their devices will be presented. After this formal in-service episode, the vendor serves as a clinical consultant to the surgical cli nicians in the Operating Room. The remainder of that day and for the remaining work week, the vendor will be available, within the Operating Room, to serve as a consultant on the surgical application of their devices. Day 2-5: clinical evaluations will b e 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 evalua tion process for NH Guam, NH Okinawa, NH Yokosuka and 18th MDG, Kadena: 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 condu cted. Vendors will be available by telephone 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 day s from the date of request to submit their best 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 analysis: (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 ba se 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 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 contai n 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 rev ised 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. 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 significantly more important than cost or price. As the technical and clinical results become more equal, price will becom e more important. 1. Technical/Company Criteria 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 medica l/surgical consumables; 2) based on the vendors 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 ven dor 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 disqualifie d) 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 mis representation of information will disqualify the vendor from further consideration.) 1. Vendor must manufacture and/or distribute a complete product line of Safety Surgical Scalpels and Blades  Disposable. 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 followin g items are required: ? Safety Surgical Grade Scalpel with #10 stainless steel blade - one piece unit. ? Safety Surgical Grade Scalpel with #11 stainless steel blade - one piece unit. ? Safety Surgical Grade Scalpel with #15 stainless steel blade - one piece unit. Provide certification of all brands of this product line that you manufacturer or distribute with the initial submittal. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the Safety Surgical Scalpels and Blades  Disposable product line. Provide the DAPA number or proof of the application process with the initial submittal. (Note that vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified). 3. Vendors must have a separate agreement with the regional prime vendor Cardinal Health for distribution in this Region and provide certification of this with the initial submittal. (Note that vendors whose products are not available through the regional PV will be disqualified). 4. Vendors must provide discounts off DAPA for all products included in this standardization initiative. (Note that vendors that fail to provide a discount from DAPA will be disqualified). 5. Vendors must provide electronic an d hard copy pricing quotes and competitive product cross-reference in electronic MS Excel format upon request. 6. Vendor must provide educational tools, product literature, and materials for Safety Surgical Scalpel and Blade  Disposable as well as no c ost samples for the evaluation. Describe your available company educational tools and material resources with the initial submittal. 7. Vendor must provide customer service (telephonic and e-mail) for regional facilities. Identify company resources and capabilities for such support with the initial submittal. 8. Vendors must have a local vendor representative available in the region. Provide 9. Contact information, i.e. name, address, phone number, and e-mail address with the initial submittal.<B R>10. Vendor is required to provide on-site, in-person in-servicing to Tripler Army Medical Center prior to the clinical evaluation. Vendors, who cannot provide on-site, in-person in-servicing to TAMC, prior to the clinical evaluation, will be disqualified. 11. Vendor is required to provide product literature, training aids, and teaching materials prior to the clinical evaluation to NH Guam, NH Yokosuka, NH Ok inawa, and the 18th MDG Kadena. Vendors, who cannot provide product literature, training aids, and teaching materials to these MTFs, prior to the clinical evaluations, will be disqualified. 12. Vendors product line must be latex free and indicated on t he packaging and in the product literature. 13. Vendor will provide a product whereby the activation of the safety feature (mechanism) will not allow for reuse of the product. 2. Clinical/Performance Criteria Evaluation A team of medical profe ssionals from multiple disciplines will evaluate the products based upon on the following evaluation criteria to determine acceptability. 1. The package is easy to open and allows for aseptic delivery to the sterile field. (Pull apart segments or t ear away tabs do not damage packaging or expose contents) 2. Ergonomically designed, lightweight, and comfortable to hold.(No sharp or rough edges  device can be held as any conventional knife handle and blade) 3. Safety mechanism can be act ivated using only one finger.(The trigger, lever or tab which activates safety mechanism is easily pushed, pulled or pressed using one finger) 4. Blade maintains its sharpness. (No tissue is damaged or torn requiring a change of blade) 5. The handle is slip-resistant. (Control of handle is easily managed whether gloves are wet or dry) 6. The device cannot be reused once the safety feature is activated. (Once the safety sheath, covering or sleeve is activated and the blade is covered, th e sheath, covering or sleeve cannot be removed and the blade reused)
 
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
SN01468728-W 20071214/071212224821 (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.