Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOURCES SOUGHT

65 -- Request for Regional Incentive Agreement Quotation,RFRIAQ,for the standardization of Pre-Filled Flush Syringes.

Notice Date
3/14/2008
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-PREFILLED-FLUSH-SYRINGES
 
Response Due
4/4/2008
 
Archive Date
6/3/2008
 
Point of Contact
Sebrena L. Hackley-Lane, (706)787-2211
 
E-Mail Address
Email your questions to Southeast Regional Contracting Office
(sebrena.lane@se.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
65-Medical Supplies-Potential Sources Sought A. General Information. The Southeast Region, TRBO Reg. 3 and 4,a military integrated delivery network, comprised of 46 Army, Navy, Air Force, Marine Corps,and U.S.Coast Guard Medical Treatment Faciliti es, MTF,in the states of Alabama, Georgia, Florida, Mississippi, South Carolina,Tennessee, and affiliated MTF in countries of Puerto Rico, Honduras, and Cuba announces a Request for Regional Incentive Agreement Quotation,RFRIAQ,for the standardization of Pre-Filled Flush Syringes. The primary objective of this program is to st and ardize the quality of care across the region based on a best value determination that represents the clinically preferred product or sources, at the best possible price. I t is also intended that st and ardized products be obtained through the DoD Prime Vendor Program. The major facilities in the Southeast Region include, but are not limited to Eisenhower Army Medical Center, FT Gordon, GA; Winn Army Community Hospital, FT Stewart, GA; Martin Army Commuity Hospital, FT Benning, GA; Naval Hospital Jacksonville, NAS Jacksonville, FL; 96th Medical Group, Eglin AFB, FL; Naval Hospital Pensacola, Pensacola, FL; Naval Hospital Beaufort, Beaufort, SC; 81st Medical Group, Keesle r AFB, MS; and the 6th Medical Group, MacDill AFB, FL. This standardization action is part of the Medical and Surgical Prime Vendor program executed by the Defense Supply Center Philadelphia, DSCP, Directorate of Medical Materiel. In order to parti cipate, 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 a llow 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: and dmmonline.dscp.dla.m il. The resulting Regional Incentive Agreement, RIA, will be for a base period of two year, 24 months, from date of selection with three 12-month option periods, not to exceed 5 years. Anticipated selection date is July 2008. The evaluation will be bas ed on clinical, technical, and pricing factors. The Technical and Company and Clinical and Performance evaluation factors, when combined, are considered significantly more important than cost or price. As the technical and clinical evaluation results b ecome more equal, price will become more important. The selection will be based on the best-value, lowest-overall cost alternative quoted. The selection of a single vendor is anticipated. Point of Contact: Virginia.slayton@us.army.mil, 706-787-2019, A. Products and Performance Required. The Southeast Region is seeking product line items in the category of Pre-Filled Flush Syringes, which at a minimum includes the high volume lines below. Within this region, this product line has an estimated ann ual dollar requirement of $103,253.65. This forecast is based on historical prime vendor sales during a recent 12-month period. The top high volume usage lines for this project are shown in the Technical and Company Criteria below. At the request of t he Southeast Regional MTF, vendors will provide on-site support and in-servicing during implementation, conversion information, prime vendor order numbers, MSDS information, and itemization of the br and s, types and packaging information of the prod ucts supplied by the vendor. B. Instructions to Vendors. DAPA holders interested in participating in this st and ardization initiative should email their detailed responses to the technical and company criteria and , 1. Company name and address, 2. POC: Name and Phone Number, Fax Number, and E-mail address, to Virginia.slayton@us.army.mil. Submissions must be received by 5:00 PM EST on the specified closing date and time of this sources sought notice. Vendors that fail to meet this submittal deadline will be disqualified from participating. This process will include vendor requirements to provide electronic responses to technical criteria, no ch arge 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 Region that its initial submiss ion, 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 and time,should a problem occur with the first submission. Vendors that do not meet the deadline of COB 5:00PM EST on the date listed for closing, per the FBO RFQ, will be disqualified from further consideration in the st and ardization initiative. All email communications between vendors and the Region should be digitally si gned by the issuer. 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 South east Region. They are the deciding officials for this initiative.The Region intends to evaluate price quotes and select a vendor or vendors, without discussions. Vendor quotes should contain the vendor best product matches for the products or product li nes requested in this announcement. Vendor quotes should contain the vendor best responses to all technical and and or company questions listed in this announcement. Vendor quotes should contain the vendor best tiered-pricing discounts off of the vendo r DAPA pricing, based on committed volume of 80 percent of the total requirements of the MTF in the Region. Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. If a down-sele ction 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  Technical and Company Evaluation Process. Interested vendors are to respond to this FBO announcement by emailing their detailed responses and required documentation to the above POC by the required response date. Vendors are required to meet and provide responses to the technical and company criteria stated below. All technic al and company criteria are weighted equally. The responses will be reviewed by the Clinical Product Team, CPT, to determine the acceptability of each vendor. After the review of the technical and company criteria, those vendors who meet these criteria wil l be qualified and invited to participate in the clinical and performance evaluation. a. In general, acceptability for purposes of evaluation of technical and company criteria is defined as follows: 1. based on the vendors responses, the evaluators have reasonable confidence that the line of products and and or services submitted meet the medical st and ards of care of the community, applicable to such products or services; 2. the vendors information provided is factually correct. Any misrepresentatio n of information will disqualify the vendor from further consideration. NOTE: Specific technical and company criteria will require an additional, more-specific definition of technical acceptability. The specific st and ard for technical acceptability will be set forth with the individual statement of each criterion, as required. The following Technical and Company Evaluation Criteria have been established for this st and ardization initiative: 1. Vendor MUST provide a complete line, needle-l ess, pre-filled normal saline IV flush syringes, available in various syringe diameters, with various fill volume. A complete line of product is defined as the MTF requirements for usage items in the product line. Usage items are defined in the Medical and Surgical Prime Vendor contract statement of work, as DAPA items ordered at least once per month, and at least one unit per order. a. At a minimum, thi s includes needle-less pre-filled normal saline IV flush syringes, available in various syringe diameters of 3ml, 5ml, 10ml, with fill volumes of 3ml, 5ml, and 10ml. b. Vendors MUST provide a complete list of items supplied, catalog, etc., and pro duct literature in response to this RFQ with initial submittal. Vendors are required to supply all items listed in all sizes and styles listed above. Vendors who do not have a complete product line as above will be disqualified in Phase I. c. Vendors MUST provide supporting documentation that all Pre-Filled Flush Syringes that are manufactured and and or distributed are FDA approved for use in all clinical settings, and provide literature to support this requirement with the initial submittal. <B R>2. Vendor MUST have a DAPA for the Pre-Filled Flush Syringes product line. Provide the DAPA number with initial submission. Vendors that do not have a DAPA number will be disqualified in Phase I. 3. Vendor MUST have a separate agreement with the pr ime vendor, currently; the Southeast Region prime vendor is Owens and Minor, for distribution in the Southeast Region. Provide supporting documentation with initial submittal. Note that vendors whose products are not available through the regional PV w ill be disqualified in Phase I. 4. Vendors MUST submit discounts off DAPA for all products included in this st and ardization initiative. Note: vendors that fail to submit a discount from DAPA will be disqualified. Note: Where lower FSS prices are a vailable, DAPA holders are required by previous agreement to provide the FSS price as the DAPA price. Vendors shall not quote FSS prices as the discounted price for purposes of this standardization initiative. Vendors are to provide quote on discounts, i n response to this RFQ. Vendors who do not provide discounts off DAPA for ALL products in Phase III will be disqualified. 5. Vendors MUST have a local vendor representative for the Southeast Region Medical Treatment Facilities to provide sufficient pro duct implementation services and customer servicing to the multi-service regional facilities. Vendors MUST provide contact information, i.e. name, address, phone number,and e-mail address with initial submittal. 6. Vendors MUST provide any history of back orders and or recalls that occurred during the most recent 12-month period for the Pre-Filled Flush Syringes products, including dates, duration, cause, and resolution. Vendors will not have an opportunity to provide additional information deeme d relevant, i.e., positive resolutions, etc, in response to this RFQ. The Government will not contact any points of contact provided in response to this question. Vendors should not provide point of contact information in response to this question. 7. V endor MUST provide Pre-Filled Flush Syringes that are latex safe and free. Provide supporting documentation with initial submittal. 8. Vendor products MUST be preservative free. Provide documentation with initial submittal. 9. Vendor products MUST be compatible with all needle-less IV access systems. Provide supporting documentation with initial submittal. Phase II  Clinical and Performance Evaluation Process. Following acceptability of the technical and company criteria, the TRBO, on behalf o f the CPT, will request product sample sets from the product group to be sent to select MTF for evaluation. Vendors are required to ship their no cost samples directly to the designated MTF and will be allowed 14 calendar days from the date of notificat ion to complete the delivery. Literature and product samples must be shipped to arrive at the MTF by COB, 5PM EST, on the, 14th, calendar day after the notic e to ship. Vendors failing to deliver the literature and product sample sets by the deadline will be disqualified from this st and ardization initiative. NOTE: all vendors must send the TRBO verification regarding the quantity, products, description of items, and date of shipment from the vendor, anticipated delivery date and individual who signed for literature and product sample sets. Specific MTF will evaluate the evaluate the vendor product sample sets against the clinical and performance crite ria in a non-clinical, non-patient care, setting using a Likert scale format with a one to five scoring range. The scale descriptors are: 1-not acceptable, 2-minimally acceptable, 3-acceptable, 4-most acceptable and 5-highly acceptable. All clinical an d performance criteria are equally weighted. The CPT has established a target threshold of 3.0 for the Clinical Acceptability of products for st and ardization. The CPT will determine the actual Acceptability threshold for this st and ardization initiati ve -- at or near 3.0 -- depending on the location of any break in vendors average scores, i.e., a gap between vendors average scores. In addition, the CPT may consider how closely scores are clustered near the Acceptability target threshold of 3.0, in de termining the actual Acceptability threshold. Vendors scoring below the actual Acceptability threshold will be determined to be clinically Unacceptable, and will be disqualified from further consideration for this st and ardization initiative.To determi ne acceptability, a Clinical Product Team, CPT, comprised of medical professionals from multiple disciplines will evaluate the products based on the evaluation criteria below. The CPT intends that clinical evaluations be conducted in a non-clinical, non-p atient care, setting. The following Clinical and Performance Evaluation Criteria have been established for this st and ardization initiative: a. Vendor products meet the Clinical Acceptability Target Threshold: 3.0 b. Syringe plunger advances smo othly when steady and continuous pressure is applied. i. Clinicians require that the pre-filled syringe plunger allow for a gentle, controlled injection of flush solution which maintains patency of IV access device and minimizes patient discomfort during IV access flush procedures. ii. This criterion will be evaluated by, five trials in a non-clinical, non-patient care, setting by discharging syringe contents into an open container. iii. While applying steady and continuous pressure on pre -filled flush syringe plunger, the evaluator will assess any resistance felt in the thumb and and or fingers, of h and holding syringe, as well as visually assessing that syringe contents advance smoothly and continuously. c. Syringe contents easil y visible when viewed through syringe barrel. i. The Pre-Filled Flush syringe contents are easily visible when viewed through syringe barrel allowing the end-user to visualize any foreign matter that may be inside syringe barrel. ii. This criterion w ill be evaluated by, five trials in a non-clinical setting. iii. Prior to discharging the contents of the Pre-Filled flush Syringe, the evaluator will look at the syringe barrel, assuring that the contents can be visualized. d. Syringe has a graduate d scale of measured markings that are clearly visible on Syringe barrel. i. The clearly visible graduated scale of measured markings on the Pre-Filled Flush Syringe barrel allow the end-user to safely identify and administer the prescribed quantity of flush solution. ii. This criterion will be evaluated by, five trials in a non-clinical setting. iii. Prior to discharging the contents of the Pre-Filled Flush Syringe, the evaluator will visually inspect the syringe barrel, assuring there is a gradu ated scale of measured markings printed on the side of the syringe barrel. e. Syringe contents are identified by clearly printed labeling on syringe barrel, example: 0.9 percent , Sodium Chloride. i. Pre-Filled Flush syringe contents will be identified by a clearly printed label on the syringe barrel allowing the end-user to administer the appropriate product when flushing IV access devices. ii. This cri terion will be evaluated by, five trials in a non-clinical setting. iii. Prior to discharging the contents of the Pre-Filled Flush syringe, the evaluator will visually inspect the syringe barrel assuring there is clearly printed labeling identifying the contents of the syringe. Phase III  Pricing Analysis Process. After the clinical and performance evaluation is completed and analyzed, all vendors in the clinical evaluation group who met the minimum clinical acceptability target threshold, -- at o r near 3.0 -- depending on the location of any break in vendors average scores, i.e., a gap between vendors average scores, as determined by the CPT, will be contacted to submit their lowest pricing quotes, as well as product cross-reference data, based o n committed volume of 80 percent of the total Regional requirement. In addition, the CPT may consider how closely scores are clustered near the Acceptability target threshold of 3.0, in determining the actual Acceptability threshold. Vendors scoring bel ow the actual Acceptability threshold will be determined to be clinically Unacceptable, and will be disqualified from further consideration for this st and ardization initiative. Vendors will be provided 14 calendar days to submit their price quotes in a prescribed format via email. Price quotes must be received by 5:00 PM EST on the 14th 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 fr om further consideration and participation. Note: vendors that fail to submit a discount from DAPA will be disqualified. Note: Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as the DAPA pri ce. Vendors shall not quote FSS prices as the discounted price for purposes of this st and ardization initiative. The Region intends to evaluate quotes and select a vendor or vendors, without discussions as noted above. However, 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 comp etition among vendors. Clinical and performance and technical and company factors will be weighted more heavily than price. The Technical and Company and Clinical and 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. Pricing will be evaluated based on best value to the government and will be based on a committed volume for a base per iod of two year, 24 months, from date of selection with three 12-month option periods not to exceed 5 years. The following elements will be considered in the pricing analysis: 1. Impact of RIA prices on the Region. Post-St and ardization Costs. This rep resents the new estimated annual cost or the total cost post standardization and includes the vendor products, and the products that could not be matched. It reflects the amount the Region would pay the vendor using the RIA pricing. 2. Potential Cost Avoidance. Cost avoidance is calculated by subtracting the RIA price from the Distribution and Pricing Agreement, DAPA, price and multiplying by 12-months of usage. This is included as a reporting Matrix. 3. Impact of Unmatched Lines. The unmatched lines make it difficult to compare the prices of the various vendors, because the evaluator cannot compare similar product lines for each vendor. Those items t hat are considered in the high usage category will have a higher impact to the region for the unmatched product line and the end post-standardization costs. 4. Consideration of SKUs by each vendor. The Region intends to reduce the number of SKUs that must be h and led per period. Vendors that can supply the complete range of clinically-required product, without unnecessary numbers of SKUs for minimally-differentiated products, will be more likely to provide the best-value solution for the Government in this st and ardization initiative. POC: Ginny Slayton, 706-787-2019, virginia.slayton@us.army.mil, FAX: 706-787-1099. ALL PROPOSALS AND LITERATURE MUST BE 21 DAYS AFTER THE POSTING OF THIS ANNOUNCEMENT.
 
Web Link
PRE-FILLED FLUSH SYRINGES_AMEND-A
(http://www2.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV%2DPREFILLED%2DFLUSH%2DSYRINGES/SOUTHEAST REGIONAL CONTRACTING)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: TRI-SERVICE SOUTHEAST REGIONAL BUSINESS OFFICE, BLDG 40707 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN01533106-W 20080316/080314230914 (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.