Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOURCES SOUGHT

65 -- IV Catheters

Notice Date
3/18/2008
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-08-T-9998
 
Response Due
4/8/2008
 
Archive Date
6/7/2008
 
Point of Contact
antonio.t.stewart, 496371868696
 
E-Mail Address
Email your questions to European Regional Contracting Office
(antonio.stewart@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
65-Medical Supplies-Potential Sources Sought --------------- A. General Information Europe Region seeks approval to initiate the standardization process for IV Catheters, Safety & Conventional for its 55 Army, Navy, and US Air Force me dical facilities in Germany, Italy, Portugal, Spain, Turkey, United Kingdom, and Southwest Asia. Standardization for this product line, IV Catheters, Safety & Conventional, represents new or first-time initiative for the Europe Region. This product line includes the following products in the following sizes. a. Conventional IV Catheters sizes: 10ga 3 inches, 12ga 3 inches; 14ga 1-3/4 inches, 2-1/4 inches, 3-1/4 inches, 5-1/4 inches; 16ga 1-1/8 inches, 1-1/4 inches, 1-3/4 inches; 18ga 1-1/8 inches, 1 -1/4 inches, 18 1 inch, 1-3/4 inches, 2 inches; 20ga 1-1/8 inches, 1-1/4 inches, 1-3/4 inches, 2 inches; 22g 1 inch; 24g 3/4 inch. b. Conventional IV Catheter Winged sizes: 18ga 1-1/4 inches; 20ga 1-1/4 inches; 24ga 5/8 inch; 19ga with 12 inch tu bing; 23ga with 12 inch tubing; 25ga with 3 inch tubing. c. Safety IV Catheters sizes: 14ga 1-1/4 inches, 1-3/4 inches, 2 inches; 16ga 1-1/8 inches, 1-1/4 inches, 2 inches; 18ga 1-1/8 inches, 1-1/4 inches; 20ga 1 inch, 1-1/8 inches, 1-1/4 inches; 22ga 1 inch; 24ga 1/2 inch, 3/4 inch. d. Safety IV Catheter Winged sizes: 14ga 2 inches; 16ga 1-1/4 inches; 18ga 1-1/8 inches, 1-1/4 inches; 20ga 1 inch, 1-1/8 inches, 1-1/4 inch, 22ga 1 inch, 24ga 1/2 inch, ? inch. Vendors are required to supply all i tems listed in all sizes listed. The primary objective of this program is to standardize the quality of care across this 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 product be obtained through the DoD Prime Vendor Program, via USAMMCE. The major facilities in the Region include but are not limited to Landstuhl Regional Medical Center, U. S. Army Medical Activity He idelberg, U. S. Army Medical Activity Bavaria, U. S. Army Health Center - Vicenza, 48th Medical Group RAF Lakenheath, 31st Medical Group Aviano, 52nd Medical Group Spangdahlem, 86th Medical Group Ramstein, 39th Medical Group Incirlik, 65th Medical Group Az ores, U. S. Naval Hospital Naples, U. S. Naval Hospital Rota, U. S. Naval Hospital Sigonella, U. S. Army 30th Medical Brigade, and U. S. Army CENTCOM. 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 the Prime Vendors for the program. This is pu rsuant to the DAPA clause by which DAPA holders agree to the Standardization process and to allow Prime Vendors to distribute their items. This Request for Quotes (RFQ) is a supplement to the Prime Vendor Program, and it is not a contract. For additional information regarding DSCPs Prime vendor program, please access their web site at https://dmmonline.dscp.dla.mil. The resulting Regional Incentive Agreement RIA will be for a base period of two (2) years (24 months) from date of selection with t hree (3) 12-month option periods for a maximum of 5 years. Anticipated selection date is July 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 more important. The selection will be determined utilizing best value/ trade off criteria. The selecti on 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 two or more selections for RIAs. In this event, selection would be based on a combination of MTF preference and product availability. Point of Contact is Mrs. Marcee Whisenant, phone: 011-49-6221-172109, and e-mail marcee.whisenant@us,.army.mil B. Products & Performance Required The Europe Region is seeking product line items in the category of IV Catheters Safety and Conventional, which at a minimum includes the product lines below. Within this region, this product line has an est imated annual dollar requirement of $2,889,405. This forecast is based on historical prime vendor sales during a recent 12-month period. The top ten high volume usage lines for this project include: Catheter IV 18ga 1 1/4inL Polyurethane Radiopaque V POINT Latex-Free Safety Shield $387,055.00 Catheter IV 14ga 3 1/4inL Fluoroethylkene Polymer Radiopaque Latex-Free $369,638.00 Catheter IV 18ga 1 1/4inL Teflon Radiopaque Winged Latex-Free Safety Shield $266,115.00 Catheter IV 18ga 1 1/8inL Vialo n Radiopaque Latex-Free $250,222.00 Catheter IV 14ga 1 3/4inL Vialon Radiopaque Latex-Free $118,246.00 Catheter IV 20ga 1 1/4inL Teflon Radiopaque Winged Latex-Free Safety Shield $117,999.00 Catheter IV 18ga 2inL Polypropelene Radiopaque w/syringe Latex-Free $95,948.00 Catheter IV 16ga 1 1/4inL Teflon Radiopaque Latex-Free Safety Shield $94,316.00 Catheter IV 20ga 1 1/8inL Vialon Radiopaque Latex-Free $88,767.00 Catheter IV 18ga 1 1/8inL Vialon Radiopaque Winged Latex-Free Safety Shield $7 8,532.00 At the request of the Europe Region 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, MS DS information, and itemization of the brands, types and packaging information of the products supplied 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 marcee.whisenant@us,.army.mil all e-mail communication between vendors and the region must be digitally signed. Please ensure that all communications of sign ificant acquisition milestones (such as invitations to participate, or notices of disqualification) will be digitally signed. Submissions must be received by 4:00 PM EST on the specified closing date of this RFQ. Vendors that fail to meet this submittal d eadline will be disqualified from participating. This process will include vendor requirements for providing electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price quotes. Due to the potential for e-mail to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Regional POC stated above their initial submission, best price submissions, and literature or other requested informati on has actually arrived at the Europe Regional Tri-Service Business Office (TRBO) via e-mail. 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 sub mission. 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 the Military Treatment Facilities within the Europe Regi on. They are the deciding officials for this initiative. The Europe Region intends to evaluate price quotes and select a vendor or vendors, without discussions. Vendor quotes should contain the vendors best product matches for the products or pro duct lines requested in this announcement. Vendor quotes should contain the vendors best responses to all technical and/or company questions listed in this an nouncement. Vendor quotes should contain the vendors best tiered-pricing discounts off of the vendors DAPA pricing (based on committed volume of 80% of the total requirements of the MTFs in the Region). Additionally, the Europe Region reserves the righ t 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 Europe Region may limit the number of quotes to the greatest number that will permit an efficient comp etition among vendors. 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, th e 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. All technical/company criteria are weighted equally. The respon ses will be reviewed under the purview of the TPRB and the Clinical Product Team (CPT) to determine acceptability of each vendor. After review of the technical/company criteria, those vendors who meet these criteria will be qualified/invited to participat e in the clinical/performance evaluation. 1. In general acceptability for purposes of evaluation of technical/company criteria is defined as follows: a. The business concern submitting the quote is a distributor or manufacturer of a complete lin e of the subject medical/surgical consumables. b. 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 produ cts or services. c. The vendor has, or is obtaining a DAPA for the items (vendors that fail to have a DAPA will be disqualified). d. The vendor has, or is obtaining, an agreement covering the items, with Owens & Minor, the Prime Vendor (PV) for the r egion (vendors whose products are not available through the regional PV will be disqualified). e. The vendor 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. Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as their DAPA price. Therefore National FSS prices do not represent a discount off DAPA. f. The vendors informa tion provided is factually correct. 2. Any misrepresentation of information will disqualify the vendor from further consideration. The following Technical/Company Evaluation Criteria have been established for the standardization initiative: 1. Vendors must provide a complete line of IV Catheters, Safety and Conventional products for single use. 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/Su rgical 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, a complete product line includes: a. Conventional IV Catheters sizes: 10ga 3 inches, 12ga 3 inches; 14ga 1-3/4 inches, 2-1/4 inches, 3-1/4 inches, 5-1/4 inches; 16ga 1-1/8 inches, 1-1/4 inches, 1-3/4 inches; 18ga 1-1/8 inches, 1-1/4 inches, 18ga 1 inch, 1-3/4 inches, 2 inches; 20ga 1-1/8 inches, 1-1/4 inches, 1-3/4 inches, 2 inches; 22g 1 inch; 24g ? inch. b. Co nventional IV Catheter Winged sizes: 18ga 1-1/4 inches; 20ga 1-1/4 inches; 24ga 5/8 inches; 19ga w/12 inch tubing; 23ga w/12inch tubing; 25ga w/3 inch tubing. c. Safety IV Catheters sizes: 14ga 1-1/4 inches, 1-3/4 inches, 2 inches; 16ga 1-1/8 inches, 1-1/4 inches, 2 inches; 18ga 1-1/8 inches, 1-1/4 inches; 20ga 1 inch, 1-1/8 inches, 1-1/4 inches; 22ga 1 inch; 24ga ? inch, ? inch. d. Safety IV Catheter Win ged sizes: 14ga 2 inches; 16ga 1-1/4 inches; 18ga 1-1/8 inches, 1-1/4 inches; 20ga 1 inch, 1-1/8 inches, 1-1/4 inches, 22ga 1 inch, 24ga ? inch, ? inch. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the IV Catheters, Safety & Conventional product line. Provide the DAPA number or proof of the application process in response to this RFQ. (Note that vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified.) Your DAPA number i s: __________________. 3. Vendors must have a separate agreement with the PV Owens & Minor for distribution in the Europe Region. (Note a vendor whose products are not available through the regional PV will be disqualified.) 4. Vendors must submit 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 the DAPA price. Vendors shall not quote FSS prices as the d iscounted price for purposes of this standardization initiative. (Note: a vendor that fails to offer a discount from DAPA will be disqualified.) 5. Vendors must provide electronic and hard copy proposed pricing and a competitive product cross-reference in electronic Microsoft Excel format upon request. 6. Vendors must provide any history of back orders and/or recalls that occurred during the most recent 24-month period for the IV Catheters, Safety & Conventional products including dates, duration, cau se, and resolution. Note: Vendors will not have any opportunity to provide additional information on back orders and recalls during any subsequent stage in this evaluation. Vendors are encouraged to submit all information deemed relevant (i.e. positive re solutions, etc.) in response to this RFQ. The government will not contact any points of contact provided in response to this request. Vendors should not provide point of contact information in response to this request. 7. Vendors must provide a comple te list of items supplied (catalog, etc.) and product literature in response to this RFQ. 8. Vendors must provide certification confirming their products meet the industry production and safety standards {1) FDA Center for Devices and Radiological Healt h 510(k) of the Food, Drug and Cosmetic Act, 2) OSHA Blood borne Pathogens.  1910.1030, 3) Needle Safety and Prevention Act, etc.} used in manufacturing IV Catheter products in response to this RFQ. 9. Vendors must provide an option to obtain products that are latex-free or otherwise hypoallergenic. Vendors must ensure that all such latex-free or hypoallergenic products are clearly labeled as such on all exterior and interior packaging, including the individual items. Vendors must provide samples and descriptions of the labeling with the response to this RFQ. 10. Vendors must provide documentation demonstrating the safety feature is an integral part of the intravenous catheter in response to this RFQ. 11. Vendors must provide documentation showin g after activation of the safety feature it remains activated during disconnection of the needle from the catheter and after disposal in response to this RFQ. 12. Vendors must provide documentation if your IV catheters are incompatible with any intrave nous fluids/medications in response to this RFQ. 13. Vendors must provide products with visible expiration dating on the package labels. Labeling shall be in at least a 12 point font on the exterior, intermediate, and individual labeled package. The p ackaging must allow the product to be delivered to a sterile field. This request will be supplied in response to this RFQ. 14. Vendors must be able to ship samples necessary for evaluation via United States Parcel Service eliminating delays that occur with Europes Custom Offices. Provide acknowledgement of this requirement in response to this RFQ. Phase II - Clinical/Performance Evaluation Process. The multi-disciplinary CPT formed by the TPRB will request literature and samples (no charge) from the product line to be clinically evaluated at select Military Treatment facilities. The CPT will evaluate the product line using both a literature review and hands on evaluation in a non-clinical (non-patient) setting. As mentioned in the technical/company criteria above, vendors are required to ship samples to the Europe Tri-Service Regional Business Office (TRBO) via United States Parcel Service (USPS) t o the following APO address: Commander, Europe Regional Medical Command Attn: G-4 TriService Standardization Mr. Rob Halliday, (DSN 371-2108) CMR 442 APO AE 09042 Vendors will be given 14 calendar days from the issue of the notice to ship literature and samples for the clinical evaluation at Phase II. Vendors who do not meet the deadline for the shipment of literature and samples by 5:00PM EST on the 14th Calendar day after the issue date of the notice to supply samples will be disqualifi ed from the standardization process. NOTE: All vendors must send TRBO POC verification regarding the date of shipment from the vendor, and anticipated delivery date. Specific MTFs will evaluate the clinical/performance criteria using a Likert scal e, with a one to five rating. One (1) is equal to not acceptable, two (2) is equal to minimally acceptable, three (3) is equal to acceptable, four (4) is equal to most acceptable, and five (5) is equal to highly acceptable. All clinical/performance crite ria are equally weighted. The CPT has established a target threshold of 3.00 for the clinically acceptability of products for standardization. The CPT will analyze this acceptability as being at or near 3.00 depending on the break in the average scores an d how closely scores are clustered near the Acceptability Target Threshold of 3.00. Vendors scoring below the actual acceptability threshold will be determined to be clinically unacceptable, and be disqualified from further consideration for this standard ization initiative. To determine acceptability, a CPT comprised of medical professionals from multiple disciplines will evaluate the products based on the evaluation criteria below. The CPT intends clinical evaluations be conducted in a non-cl inical (non-patient) setting. The following Clinical/Performance Evaluation Criteria have been established for this standardization initiative: Vendor products meet the Clinically Acceptable Target Threshold of 3.00 1. Packaging ident ifies the gauge and length of the catheter (safety in urgent care setting) a. Reduces the amount of time needed for staff to select the appropriate size for patient care needs b. This criterion will be evaluated 4 times by each participating MTF using each product sample by clinical personnel in a non-clinical setting. 2. The catheter allows visualization of flashback (clinical efficiency) a. Allows additional confirmation clinician has entered the vein b. This criterion will be eva luated 4 times by each participating MTF using each product sample by clinical personnel in a non-clinical setting. 3. The catheter hub is Luer-Lock compatible to secure tubing (patient safety) a. Prevents tubing from accidental disconnects b. This criterion will be evaluated 4 times by each participating MTF using each product sample by clinical personnel in a non-clinical setting. 4. The catheter sheath moves freely on the needle to facilitate cannulation (patient comfort) a. Causes less manipulation at insertion site b. This criterion will be evaluated 4 times by each participating MTF using each product sample by clinical personnel in a non-clinical setting. 5. The safety feature (if applicable) is an integra l part of the device, activates automatically and is not an accessory. (clinician safety) a. Prevention of accidental needle stick b. OSHA preven tion of Blood borne pathogen standard c. This criterion will be evaluated 4 times by each participating MTF using each product sample by clinical personnel in a non-clinical setting. 6. The safety feature (if applicable) allows or requires the workers hands to remain behind the needle at all times. (clinician safety) a. Prevention of accidental needle stick b. OSHA prevention of Blood borne pathogen standard c. This criterion will be evaluated 4 times by each participating MTF using each product sample by clinical personnel in a non-clinical setting. 7. The safety feature (if applicable) is in effect before disassembly and remains in effect after disposal. (clinician safety) a. Prevention of accidental need le stick b. OSHA prevention of Blood borne pathogen standard c. This criterion will be evaluated 4 times by each participating MTF using each product sample by clinical personnel in a non-clinical setting. Phase III - Pricing Analysi s Process. After the clinical/performance evaluations is completed and analyzed, all vendors in the clinical evaluation group who met the minimum 3.00 clinical threshold (depending on the break in the average scores and how closely scores are clustered ne ar the Acceptability Target Threshold as determined by the CPT) will be contacted to submit their lowest pricing quotes as well as product cross-reference data based on a committed volume of 80% of the total Europe Regional requirement. Vendors will be p rovided fourteen (14) calendar days to submit their price quotes in the prescribed format as above via email. Price quotes must be received by 4:00 PM EST on the 14th calendar day. Failure to respond within this timeframe or failure to submit incentive d iscounts from their DAPA prices will result in the vendor being disqualified from further participation in this RIA initiative. The Europe Region intends to evaluate quotes and select a vendor or vendors, without discussions as noted above. However, the E urope 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 two year period with possible one-year option periods (not to exceed 5 years). The following elements will be considered in the pricing analysis: 1. The impact of RIA prices on the Region (Post-Standardization Costs) is considered more important than the other pricing elements. 2. Impact of Unmatched Lines 3. Consideration of s tock keeping units (SKUs) by each vendor Due to the potential for Base DAPA prices to be inflated, the Impact of RIA prices on the Europe Region is considered more important than other pricing elements.
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
Country: GE
 
Record
SN01535421-W 20080320/080318224750 (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.