SOURCES SOUGHT
65 -- Safety Blood Collection Tubes
- Notice Date
- 4/15/2008
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, Virginia, 23708-2297
- ZIP Code
- 23708-2297
- Solicitation Number
- TMAR2-SS60
- Response Due
- 4/28/2008
- Point of Contact
- Lisa J Price,, Phone: 757-953-5737, Peggy K Klingensmith,, Phone: 757-953-7547
- E-Mail Address
-
lisa.price@med.navy.mil, peggy.klingensmith@med.navy.mil
- Description
- 65-Medical Supplies-Potential Sources Sought --------------- A. General Information NOTE: THIS ANNOUNCEMENT IS A COMPLETE REPLACEMENT FOR SOLICITATION NUMBER TMAR2-SS57. ALL INTERESTED VENDORS MUST SUBMIT FOR THE FIRST TIME OR RE-SUBMIT THEIR RESPONSES REFERENCING THE NEW SOLICITATION REFERENCE NUMBER ASSIGNED TO THIS ANNOUNCEMENT. The Tri-Service Mid-Atlantic Region, a military integrated delivery network, comprised of Army, Navy, and Air Force medical commands and medical treatment facilities (MTFs) in the states of Virginia and North Carolina announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Safety Blood Collection Tubes, to include but not limited to: Tubes Vacuum Blood Collection SST Safety Top Plastic, Polymer w/Clot Activator 13 X 75 and 13 X 100 Paper Labels (various sizes to include: 3.5ml, 5ml, 7ml); Tubes Vacuum Blood Collection Safety Top Plastic, K2 EDTA Dry 13 X 75 Paper Label (various sizes t include: 2ml, 4ml); Tubes Vacuum Blood Collection PST Safety Top Plastic, Plasma Separator Gel/LiHEP Dry 13 X 75 Paper Label (various sizes to include: 3ml, 4.5ml); Tubes Vacuum Blood Collection Safety Top Plastic, 6ml K Oxalate/NaFl Dry 13 X 100 Paper Label (various sizes to include: 6ml). The major facilities in the area includes: 1st Medical Group, Langley AFB, VA; 43rd Medical Group, Pope AFB, NC; 4th Medical Group, Seymour Johnson AFB, NC; Womack Army Medical Center, FT Bragg, NC; McDonald Army Community Hospital, FT Eustis, VA; Kenner Army Health Clinic, FT Lee, VA; Naval Medical Center Portsmouth, Portsmouth, VA; Naval Hospital Camp Lejeune, Camp Lejeune, NC; Naval Hospital Cherry Point, Cherry Point MCAS, NC. The primary objective of this standardization initiative 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 products be obtained through the DoD Prime Vendor Program. This standardization action is part of the Medical/Surgical Prime Vendor program executed by the Defense Supply Center Philadelphia, 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 Vendor for the Mid-Atlantic Region (Owens & Minor). This is pursuant to the DAPA clause by which DAPA holders agree to the Standardization process and to allow Prime Vendors to distribute their items. This is a supplement to the Prime Vendor Program and it is not a contract. For additional information regarding DSCP’s Prime vendor program please access our web site at https://dmmonline.dscp.dla.mil The Mid-Atlantic Tri-Service Regional Business Office (TRBO) will provide anticipated volume (quantity) based on historical usage. The agreement will be for a base period of two (2) years (24 months) from date of award with three (3) 12-month option periods. Anticipated award 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 selection of a single vendor is anticipated. Point of Contact Robert Meinertzhagen, 757-953-2134, Bob.Meinertzhagen@med.navy.mil B.Products & Performance Required The Mid-Atlantic Region is seeking a complete product line of Safety Blood Collection Tubes which includes, at a minimum, but is not limited to: Tubes Vacuum Blood Collection SST Safety Top Plastic, Polymer w/Clot Activator 13 X 75 and 13 X 100 Paper Labels (various sizes to include: 3.5ml, 5ml, 7ml); Tubes Vacuum Blood Collection Safety Top Plastic, K2 EDTA Dry 13 X 75 Paper Label (various sizes t include: 2ml, 4ml); Tubes Vacuum Blood Collection PST Safety Top Plastic, Plasma Separator Gel/LiHEP Dry 13 X 75 Paper Label (various sizes to include: 3ml, 4.5ml); Tubes Vacuum Blood Collection Safety Top Plastic, 6ml K Oxalate/NaFl Dry 13 X 100 Paper Label (various sizes to include: 6ml); which includes the high volume items indicated below. CDMIA SalesProduct Description $38,682.88Tube Vacuum Blood Collection SST Safety Top Plastic Gold 3.5ml Polymer w/Clot Activator 13 X 75 Paper Label $25,717.76Tube Vacuum Blood Collection Safety Top Plastic Lavender 4ml K2 EDTA Dry 13 X 75 Paper Label $14,773.47Tube Vacuum Blood Collection SST Safety Top Plastic Gold 5ml Polymer Gel w/Clot Activator 13 X 100 Paper Label $5,652.09Tube Vacuum Blood Collection PST Safety Top Plastic Light Grn 3ml Plasma Separator Gel/LiHEP Dry 13 X 75 Paper Label $5,236.34Tube Vacuum Blood Collection SST Safety Top Plastic Gold 5ml Polymer Gel w/Clot Activator 13 X 100 Paper Label $4,828.88Tube Vacuum Blood Collection SST Safety Top Plastic Red/Yel Pull Off 7ml Polymer Gel w/Clot Activator 16 X 100 f/Transport Paper Label $4,052.16Tube Vacuum Blood Collection Safety Top Plastic Lavender K2 EDTA Soln Transparent Label $2,674.55Tube Vacuum Blood Collection Safety Top Plastic Grey 6ml K Oxalate/NaFl Dry 13 X 100 Paper Label $2,609.00Tube Vacuum Blood Collection Safety Top Plastic Lavender 2ml K2 EDTA Dry 13 X 75 Paper Label $2,294.35Plus PST Tubes w/Hemogard Closure Polymer Gel & Lithium Heparin For Plasma Sep. 13 X 100 4.5ml Lt Green The approximate total annual purchase volume of all types of Safety Blood Collection Tubes is $114,758 for the Mid-Atlantic region and is based upon the historical usage of standardized Safety Blood Collection Tubes over a one year period. The overall evaluation will be based upon clinical, technical and pricing factors. The final award recommendation will be determined by utilizing the best value and trade off criteria. At the request of the Mid-Atlantic Region Military Treatment Facilities, vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of these products, 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, email your response to Bob.Meinertzhagen@med.navy.mil and provide: (1) Company name and address, (2) Point of contact information (Name and Phone Number, Fax Number, and E-mail address) (3) your company’s Distribution and Pricing Agreement (DAPA) number and (4) your companies responses to the questions under Technical/Company Criteria below. Your email will include your agreement to provide for your products necessary technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offers that represent a discount from your companies base uncommitted DAPA pricing. All e-mail communication between vendors and the region will be digitally signed by the issuer. If required, any postal mailings should be sent to the following address: Robert Meinertzhagen Tri-Service Regional Business Office Financial Operations Department, Bldg. 250 Naval Medical Center Portsmouth 620 John Paul Jones Circle Portsmouth, VA 23708 Email responses must be received no later than 4:00 P.M. (EST) on the specified closing date/time of this Sources Sought FBO Notice. Failure to respond within this timeframe will result in your company being excluded from participation in this standardization effort. This process will include vendor requirements to provide electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price quotes. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the Region that its quote and literature actually arrived at the TRBO via email. We strongly recommend that each submitting vendor confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. Emails and correspondence may be sent to Bob.Meinertzhagen@med.navy.mil. 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 all of the Military Treatment Facilities within the Mid-Atlantic Region. They are the decision makers for this initiative. Vendors will be required to provide responses to the technical/company criteria. The Region intends to evaluate price quotes and select a vendor 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 requirements of the MTFs 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-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. 1.Vendors are required to provide responses to the technical/company criteria stated below. The responses will be reviewed under the purview of the Clinical Product Team (CPT) to determine the acceptability of each vendor. After review of the technical/company criteria, the Region will eliminate those vendors who fail to meet the criteria. The vendors who meet the following technical/company criteria will be qualified/invited to participate in the clinical/performance evaluation process via e-mail communication with each vendor. All communications of significant milestones, such as invitations to participate, notices of disqualification, etc. must be digitally signed. For those companies that meet the requirements above and the criteria below under Technical/Company Criteria, the CPT will request samples from the product group to be clinically evaluated at select Military Treatment Facilities (MTFs). Vendors are required to ship samples direct to the MTFs. Vendor samples must be received no later than 4:00 P.M. (EST), fourteen (14) calendar days after the request for samples is issued to the vendors. Vendors failing to comply by the deadline will be disqualified from further consideration in the standardization process. 1.To determine acceptability, a CPT comprised of medical professionals from the MTFs will evaluate the products based on the evaluation criteria below. It is intended that clinical evaluations shall be conducted in a non-clinical setting 2.The CPT will evaluate the products provided with the clinical/performance criteria identified in this announcement. The clinical/performance evaluation period will last for 30 calendar days. CPT teams will evaluate the product against the clinical/performance criteria. The evaluation responses will be in a Likert scale format with a 1-5 scoring range. The scale descriptors are: One (1) -- Not Acceptable; Two (2) -- Minimally Acceptable; Three (3) – Acceptable; Four (4) – Acceptable (High Side); and Five (5) -- Highly Acceptable. The CPT has established a target threshold of 3.00 for the Clinical Acceptability of products for standardization. The CPT will determine the actual Acceptability threshold for this standardization initiative -- at or near 3.00 -- 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 3.00, in determining the actual Acceptability threshold. Vendors scoring below the actual Acceptability threshold will be determined to be clinically Unacceptable, and be disqualified from further consideration for this standardization initiative. 3.After the clinical/performance evaluations are completed and analyzed, all vendors in the clinical evaluation group who met the 3.00 threshold will be asked to submit their best pricing offer representing a discount from their DAPA pricing based on a minimum committed volume of 80% of the total requirements for MTFs in the Mid-Atlantic Region. Vendors that fail to offer pricing that is discounted from their DAPA pricing will be eliminated from further consideration. Vendor Product and Price Proposals will be in the Excel template provided by the government. The vendors will provide their completed Excel template by email to Bob.Meinertzhagen@med.navy.mil Pricing responses must be received by 4:00 P.M. (EST) fourteen (14) calendar days from the date the request is initiated by the TRBO. Failure to respond within this timeframe will result in your company being excluded from further participation/consideration. Technical/Company Criteria: The CPT will review the following technical criteria responses from each vendor and determine acceptability. a. In general, “acceptability” for purposes of evaluation of technical/company criteria is defined as follows: Generally, responses to all questions in the technical/company criteria demonstrate that: (1) based on the vendor’s responses, the evaluators have reasonable confidence that the line of products and/or services submitted meet the medical standards of care of the community, applicable to such products or services; and (2) the vendor’s information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. a.NOTE: Specific technical/company criteria will require an additional, more-specific definition of “technical acceptability.” The specific standard for technical acceptability will be set forth with the individual statement of each criterion below, as required. The vendors who meet the following technical/company criteria will be qualified/invited to participate in the clinical/performance evaluation process via an email communication with each vendor. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) must be digitally signed. Vendors must provide a response to each criterion listed below: 1.Vendors must provide a complete line of Safety Blood Collection Tube products. 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. The ability for the vendor to provide these items is considered critical and failure by them to do so will result in the vendor not being included in this standardization effort. At a minimum, a complete product line includes: - Tubes Vacuum Blood Collection SST Safety Top Plastic, Polymer w/Clot Activator 13 X 75 and 13 X 100 Paper Labels (various sizes to include: 3.5ml, 5ml, 7ml) - Tubes Vacuum Blood Collection Safety Top Plastic, K2 EDTA Dry 13 X 75 Paper Label (various sizes t include: 2ml, 4ml) - Tubes Vacuum Blood Collection PST Safety Top Plastic, Plasma Separator Gel/LiHEP Dry 13 X 75 Paper Label (various sizes to include: 3ml, 4.5ml) - Tubes Vacuum Blood Collection Safety Top Plastic, 6ml K Oxalate/NaFl Dry 13 X 100 Paper Label (various sizes to include: 6ml) Vendors are to provide a complete list of items supplied (catalog, etc.) and product literature in response to this RFQ. 2.Vendors must have a DAPA or be in the process of applying for a DAPA number for the Safety Blood Collection Tubes 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, or be in the process of obtaining, a separate agreement with the prime vendor (currently, Owens and Minor) for distribution in the Mid-Atlantic Region. (Note that vendors whose products are not available through the regional PV will be disqualified.) Provide documentation of agreement with Prime Vendor. 4.Vendors must submit discounts off DAPA for all products included in this standardization initiative. (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 price. Vendors shall not quote FSS prices as the discounted price for purposes of this standardization initiative.) Vendors will be asked to provide a quote on discounts, in response to this FBO RFQ. 5.Vendors must have a local vendor representative in the Mid-Atlantic Region. Provide contact information, i.e. name, address, phone number, and e-mail address. 6.Vendors must provide any history of back orders and/or recalls that occurred during the most recent 12-month period for the Safety Blood Collection Tube products, including dates, duration, cause, and resolution. Vendors will not have an 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 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.Vendors must have a return goods policy, and should provide a copy of the policy with the initial submittal responding to this RFQ. 8.At a minimum, vendors must provide a standard industry warranty, and should submit evidence of the warranty policy with the initial submittals. 9.Vendors must provide in-service staff training and identify company resources for such requirements with the initial submittals. Provide literature, if available on the training. 10.Vendors must provide educational tools and materials for Safety Blood Collection Tube products, and provide evidence of this with the initial submittals. For instance, provide literature on the tools/materials available. 11.Vendors must provide a copy of their company’s customer service policy and program 12.Vendors must supply “instructions/directions for use” for all products to be supplied. Provide this information with the product literature submitted in response to this RFQ. Provide information explaining whether or not the instructions/directions are supplied with the individual item packaging, or are provided with the larger units of packaging only (i.e., per case, etc.). 13.Vendors must provide Safety Blood Collection Tubes products that are FDA approved and provide literature to support this requirement with the initial submittals. 14.Vendors must provide an option to obtain products that are latex-free or otherwise hypo-allergenic. 15.Vendors must provide products with visible expiration dating on the labeling. 16.Vendors are required to provide the brands your company manufactures and/or distributes. 17.Vendors are required to provide a list of types and sizes for the products your company offers. 18.Vendors must provide packaging identifying the type, size, and expiration date 19.Vendors must agree that, when requested, they will provide electronic and hard copy proposed pricing and competitive product cross reference in electronic Microsoft Excel format Clinical/Performance Criteria: 1. The type and size of the Safety Blood Collection Tube is easily identified on the product packaging. a. The clinician must be able to easily identify the type and size of tube from the packaging to facilitate efficient clinical process and to avoid unnecessary waste of product. b. This criterion will be evaluated by visual inspection of the packaging 2. The Safety Blood Collection Tube design provides for ease of use during the blood collection procedure. a. The clinician must be able to easily manipulate the tube during the blood collection procedure to ensure patient/clinician safety and successful procedure completion. b. The clinician will perform both single and multiple draw procedures to evaluate this criterion. 3. The closure/cap removal procedure of the Safety Blood Collection Tube is easily performed by the clinician. a. The clinician must be able to easily close and remove the tube cap to minimize direct exposure to the blood sample. b. Evaluation will be conducted by the clinician performing the procedure to close and remove the tube cap. 4. The Safety Blood Collection Tube is satisfactorily compatible with the facility’s automated analyzer(s). a. Compatibility of the tube with the facility’s automated analyzers is essential to the ability to meet the clinician demand for blood analysis. b. In addition to the product literature review, compatibility will also be evaluated via the clinician utilizing the tube with the facility’s analyzer(s).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e074339adc606cce4053b73e811bde7b&tab=core&_cview=1)
- Place of Performance
- Address: Naval Medical Center, 620 John Paul Jones Circle, Portsmouth, Virginia, 23708, United States
- Zip Code: 23708
- Zip Code: 23708
- Record
- SN01554720-W 20080417/080415221236-e074339adc606cce4053b73e811bde7b (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 |