Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
MODIFICATION

65 -- Modification-Standardization of IV Securement Devices for the Pacific Region, TRBO Region 12

Notice Date
3/17/2008
 
Notice Type
Modification
 
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-3009
 
Response Due
4/7/2008
 
Archive Date
6/6/2008
 
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
Modification to response date. Response deadline for this soliciation is COB 5:00 p.m. HST April 7, 2008. 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 (MTFs) in Hawaii, Guam, Okinawa, Japan, and Korea announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of IV Securement Devices. The primary objecti ve of this program is to standardize the quality of care across the region based on a best value determination that represents the clinically preferred product or source(s) at the best possible price. It is also intended that standardized products be obtai ned through the DoD Prime Vendor Program. The major facilities in the region include Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, 121st Combat Support Hospital Seoul, 374th Medic al 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 participa te, 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 P rime 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 <BR >The resulting Regional Incentive Agreement (RIA) will be for a base period of 2 years (24 months) from date of selection with three 12-month option periods. Anticipated selection date is December 2008. The evaluation will be based on clinical, technical, and pricing factors. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considered significantly more important than cost or price. As the technical and clinical evaluation results become more equal, price will become mor e important. The selection will be determined utilizing Best value/ trade-off criteria. The selection of a single vendor is anticipated. However, if no single vendor can meet the total requirement of the Region, the Government reserves the right to make tw o or more selections for RIAs. In this event, selection would be based on a combination of MTF preference and product availability. Point of Contact Susan Hwang, TRBO Team Leader 808-433-3686, susan.hwang@amedd.army.mil Cheryl Janu s, 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 IV Securement Devices, which at a minimum includes the high volume lines be low. Within this region, this product line has an estimated annual dollar requirement of $48,013. This forecast is based on historical prime vendor sales during a recent 12-month period. The top high volume usage lines for this project include: 1. Par t#IV0264; STATLOCK IV PLUS SM BORE 9IN BIFURCATED; UOS 25 EA/BX, 1BX/CS; Annual Usage 99; 12-Month Sale $14,280.75 2. Part#IV0566; STATLOCK IV SELECT SMALL BORE 9IN VALVE; UOS 25 EA/BX, 1 BX/CS; Annual Usage 64; 12-Month Sale $9,232 3. Part#IV0264; S TATLOCK IV PLUS SM BORE 9IN BIFURCATED; UOS 25 EA/BX, 1 BX/CS; Annual Usage 60; 12-Month Sale $8,655 4. Part#IV0263; STATLOCK IV PLUS SM BORE 6IN WITH VALVE; UOS 25 EA/BX, 1 BX/CS; Annual Usage 36; 12-Month Sale $4,320.00 5. Part#IV0520; STATLOCK IV ULTRA SECURE CATHETERS; UOS 50 EA/BX, 1 BX/CS; Annual Usage 27; 12-Month Sale $4,203.90 6. Part#IV0262; CATHETER STATLOCK IV PLUS CONN VALVE 6IN; UOS 25 EA/B X, 1 BX/CS; Annual Usage 10; 12-Month Sale $1,442.50 7. Part#IV0563; STATLOCK IV SELECT STD BOR 6IN; UOS 25 EA/BX, 1 BX/CS; Annual Usage 10; 12-Month Sale $1,191.30 8. Part#IV0263; STATLOCK IV PLUS SM BORE 6IN WITH VALVE; UOS 25 EA/BX, 1 BX/CS; Annua l Usage 9; 12-Month Sale $1,080.00 9. Part#IV0563; STATLOCK IV SELECT STD BOR 6IN; UOS 25 EA/BX, 1 BX/CS; Annual Usage 8; 12-Month Sale $953.04 10. Part#IVK0105; STATLOCK IV ULTRA NEONATE BLU START KIT; UOS 50 EA/BX; Annual Usage 2; 12-Month Sale $72 3.14 At the request of the Pacific Regional MTFs, vendors will provide on-site support and in-servicing during implementation, 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 supplied by the vendor. Instructions to Vendors DAPA holders interested in participating in this standardization initiative should email their (1) Co mpany name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to susan.hwang@amedd.army.mil AND cheryl.janus@amedd.army.mil. Submissions must be received by 5:00 p.m. HST on the specified closing date/time of this sources sought n otice. Vendors that fail to meet this submittal deadline will be disqualified from participating. All e-mail communications between vendors and the region will be digitally signed. This process will include vendor requirements to provide electroni c responses to technical criteria, no charge samples for clinical evaluation, 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 stated above that their initial submission, quotes, and literature or other requested information has actually arrived at the Regional Tri-Service Business Office (TRBO) 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. C. Evaluation Criteria. The Tri-Service Product Review Board (TPRB) is the governing body 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. The Region intends to evaluate price quotes and select a vendor or vendor(s), without d iscussions. 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 a nnouncement. 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 Region). Additionally, the Region reserves the right to con duct discussions and request revised quotes, if it is determined to be necessary. Phase I  Technical/Company Evaluation Process. Interested vendors are to respond to this FBO announcement by emailing their intent to participate to the above POC by the required response date. Based on vendor responses, the TRBO POC will request detailed responses to the technical/company criteria from each vendor. Vendors are required to meet/provide responses to the technical/company criteria stated below. A ll technical/company criteria are weighted equally. The responses will be reviewed under the purview of the TPRB to determine the acceptability of each vendor. After the review of the technical/company criteria, those vendors who meet these criteria will b e qualified/invited to participate in the clinical/performance evaluation. Acceptability for purposes of evaluation of technical/company criteria: Genera lly, responses to all questions in this section demonstrate: (1) the business concern submitting the quote is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; (2) based on the vendors responses, the evaluators have reasonable confidence that the line or products and/or services submitted 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 (vendors that fail to have a DAPA will be disqualified); (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 vendo r intends to provide discounts off DAPA for all products included in this standardization initiative (vendors that fail to provide a discount from DAPA will be disqualified); and (6) the vendors information provided is factually correct. Any misrepresenta tion of information will disqualify the vendor from further consideration. The following Technical/Company Evaluation Criteria have been established for this standardization initiative: 1. Vendor must manufacture and/or distribute a complete product line of IV Securement Devices. 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 l east once per month, and at least one unit per order. At a minimum, the following items are required: " IV Securement Device that provides catheter stabilization that preserves the integrity of the access device and prevents catheter migration and loss of access in accordance with the Intravenous Nurses Society (INS) standard for Securement and stabilization of intravenous access devices. Provide certification of all brands of this product line that you manufacturer or distribute with the initial sub mittal. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the IV Securement Devices product line. Provided the DAPA number or proof of the application process with the initial submittal. (Note that vendors that fail to h ave 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. Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as their DAPA price. Therefore, FSS prices do not represent a discount off DAPA (Note that vendors that fail to provide a discount from DAPA will be disqualified). 5. Vendors must provide electronic and 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 IV Securement Devices as well as no cost 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 cap abilities for such support with the initial submittal. 8. Vendors must have a local vendor representative available in the region. Provide contact information, i.e. name, address, phone number, and e-mail address with the initial submittal. 9. Vendor will provide a device which meets the Intravenous Nurses Society (INS) standard for Securement and stabilization of intravenous access devices. The standard is Infusion Nurses Standards of Practice #43: Catheter Stabilization Standards, which states catheter stabilization shall be used to preserve the integrity of the access device and to prevent catheter migration and loss of access; catheters shall be stabili zed using a method that does not interfere with assessment and monitoring of access site or impede vascular circulation or delivery of prescribed therapy. This standard is met through evidenced based clinical research in which the device meets this standa rd. The vendor will provide documentation of the research, if requested. The rationale is to provide patient safety, avoid pain and suffering, avoid potential loss of venous access, avoid inflammatory processes at site, and to prevent IV access site infect ions. Phase II  Clinical/Performance Evaluation Process The multi-disciplinary TPRB clinical team will request samples (no charge) from the product line to be clinically evaluated at select Military Treatment Facilities. Vendors are require d to ship their no cost samples directly to the designated MTFs and will be allowed 21 calendar days from the date of notification to complete the delivery. Samples must be shipped to arrive at the MTF by COB, 5:00 p.m. HST, on the 21st calendar day after the notice to ship. Vendors failing to deliver by the deadline will be disqualified from further consideration in the standardization process. Specific MTFs will evaluate the clinical/performance criteria using a likert scale, with a one to five rat ing. One (1) = strongly disagree, Two (2) = disagree, Three (3) = neutral, Four (4) = agree, and Five (5) = strongly agree. All clinical/performance criteria are equally weighted. To determine acceptability, a TPRB Clinical Team comprised of medical professionals from multiple disciplines will evaluate the products based on the evaluation criteria below. The TPRB Clinical Team intends that clinical evaluations be conducted in a clinical setting; however, the Government reserves the right to conduct e valuations in a clinical setting, if needed. The Government reserves the right to conduct evaluations in either a non-clinical or clinical setting or both. The following Clinical/Performance Evaluation Criteria have been established for this standardiz ation initiative: 1. IV Securement device instructions for application to the skin are clear. (If any skin preparation is required, the method contains the steps. For example, user is to wipe the skin with an identified proprietary solution or 70% isopropyl alcohol, and wipe skin to ensure that skin site is dry. The method for removing the coverings or tabs on the adhesive portions of the device describe how to remove the coverings or tabs and the best method of placement of the adhesive side of the device on the skin) (to enhance staff efficiency). 2. IV Securement device instructions for removal of the device from the skin are clear. (The methods of peeling back or rolling edges of device from the skin are described. The use of any solution on t he skin, for example 70% isopropyl alcohol or a proprietary adhesive remover, is stated) (to protect the patient). 3. IV Securement device holds intravenous catheter securely in place. (Intravenous catheter does not slip back and forth or side to side a fter being secured with device) (to protect the patient) 4. IV Securement device does not irritate patient skin. (No evidence of redness or blistering or puffiness of skin area. No evidence of rash. No patient complaints of itching, burning or change i n skin sensation at the site) (to protect the patient) Phase III  Pricing Analysis Process. After the clinical/performance evaluation is completed and analyzed will be contacted to submit their lowest pricing quotes (as well as product cross-r eference data) based on committed volume of 80% of the total Regional requirement. Vendors will be provided seven calendar days to submit their price quotes in a prescribed format via email. Price quotes must be received by 5:00 p.m. HST on the seventh calendar day. Failure to respond within this timeframe or failure to submit incentive discounts from their DAPA prices will result in the vendor being disqualified from further consideration/ participation. The Region intends to evaluate quotes and select a vendor or vendor(s), without discussions as noted above. However, the Region reserves the right to conduct discussions and request revised pricing, if determined to be necessary. Clinical/performance and technical/company factors will be weighted more heavily than price. As the technical and clinical evaluation results become more equal, price will become more important. Pricing will be evaluated based on best value to the government and will be based on a committed volume for a 2-year period with possible one-year option periods (not to exceed 5 years). The following elements will be considered in the pricing analysis: (1) Impact of RIA prices on the Regio n (Post-Standardization Costs), (2) Potential Cost Avoidance, (3) Impact of Unmatched Lines, and (4) Consideration of stockage keeping units (SKUs) by each vendor. Due to the potential for Base DAPA prices to be inflated, the Impact of RIA prices on the Re gion is considered more important than other pricing elements.
 
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
SN01534322-W 20080319/080317224105 (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.