Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
SOURCES SOUGHT

65 -- Advanced Wound Care Products

Notice Date
6/4/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-08-0010
 
Response Due
6/27/2008
 
Archive Date
8/26/2008
 
Point of Contact
HERMAN C MCELVEEN JR, 7067873881
 
Small Business Set-Aside
N/A
 
Description
A.General Information. The Southeast Region (TRBO Reg. 3 & 4), a military integrated delivery network, comprised of 46 Army, Navy, Air Force, Marine Corps, and U.S. Coast Guard Medical Treatment Facilities (MTFs) in the states of Alabama, Georgia, Florida, Mississippi, South Carolina, Tennessee, and affiliated MTFs in countries of Puerto Rico, Honduras, and Cuba announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Advanced Wound Care Products. 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. 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 Community 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 (Keesler AFB, MS) and the 6th Medical Group (MacDill AFB, FL). 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 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 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. The resulting Regional Incentive Agreement (RIA) will be for a base period of two year(s) (24 months) from date of selection with three 12-month option periods (not to exceed 5 years.) Anticipated selection date is December 2008. The evaluation will be based on clinical, technical, and pricing factors. Clinical/performance and technical/company factors will be weighted more heavily than price. 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. 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. A multiple vendor RIA selection may provide the best-value, lowest overall cost alternative if: 1) The requirements of the Region for Advanced Wound Care Products product line can be met in the most clinically effective manner by more than one vendor, and 2) The requirements of the Region for Advanced Wound Care Products can be met with the lowest overall cost, by more than one vendor. Point of Contact: Ginny Slayton, (706) 787-2019, Virginia.slayton@us.army.mil. B.Products & Performance Required. The Southeast Region is seeking product line items in the category of Advanced Wound Care Products, which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $23,887.32. 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/Company Criteria below. At the request of the Southeast Regional MTFs, vendors will provide on-site support and in-servicing during implementation, conversion information, prime vendor order numbers, 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 detailed responses to the technical/company criteria and (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to the enclosed POC. Submissions must be received by 5:00 PM EST on the specified closing date/time of this sources sought notice. Vendors that fail to meet this submittal deadline will be disqualified from participating in the standardization process. 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 be lost in transmission, from network security, etc., vendors are strongly encouraged to confirm with the Region that its initial submission, quote and literature have actually arrived at the Southeast 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. 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 Southeast Region. They are the deciding officials for this initiative. The Region intends to evaluate price 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 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 Southeast Region reserves the right to conduct discussions and request revised quotes, if it is determined 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. Phase I Technical/Company Evaluation Process. Interested vendors are to respond to this FBO announcement by emailing their detailed responses and required documentation to the POC by the required response date. Vendors are required to meet/provide responses to the technical/company criteria stated below. All technical/company criteria are weighted equally. The responses will be reviewed by the Clinical Product Team (CPT) to determine the acceptability of each vendor. After review of the technical/company criteria, those vendors who meet these criteria will be qualified/invited to participate in the clinical/performance evaluation. a.)In general, acceptability for purposes of evaluation of technical/company criteria is defined as follows: (1) based on the vendors 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; (2) The vendors information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. b.)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, as required. c.)The vendors who meet the following technical/company criteria will be qualified/invited to participate in the clinical/performance evaluation process via an e-mail communication with each vendor. The following equally weighted Technical/Company Evaluation Criteria have been established for this standardization initiative: 1.Vendor MUST provide a complete line of Advanced Wound Care 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. a.At a minimum, this includes: Hydrocolloid, Hydrogel and Alginate products. Hydrocolloid (sizes ranging from 1 to 12 inches in length by 1 to 12 inches in width). These hydrocolloid products will include extra thin, thin and regular thicknesses. Hydrogel products supplied in sheet, disk, strip and/or viscous gel forms. Also included are Hydrogel strips ranging from1 to 6 inches in width in unlimited lengths, disks ranging from 1 to 6 inches in diameter, and sheets ranging from 4 to 12 inches in length x 4 to 12 inches in width. Alginate products supplied in rope and/or dressing form to include dressings ranging from 1 to 8 inches in length x 1 to 8 inches in width. Alginate rope forms must be supplied in a minimum of 2 grams and/or 4 inches. b.Vendors are to provide a complete list of items supplied (catalog, etc.) and product literature in response to this RFQ. 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). 2.Vendor MUST have a DAPA for the Advanced Wound Care Products product line. Provide the DAPA number with initial submission. (Note that Vendors without a DAPA number will be disqualified in Phase I). 3.Vendor MUST have a separate agreement with the prime vendor (PV), (currently the prime vendor is Owens & Minor), for distribution of Advanced Wound Care Products in the Southeast Region. (Note that vendors whose products are not available through the regional PV will be disqualified in Phase I.) Provide supporting documentation (four digit number) of agreement with Prime Vendor with initial submittal. 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 are to provide quotes on discounts, in 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 product implementation services and customer servicing to the multi-service regional facilities. Vendor 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 recalls that occurred during the most recent 12-month period for the Advanced Wound Care 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.Vendor MUST provide latex safe/free products. Vendor MUST provide a complete list of latex safe/free items supplied (catalog, etc.) in response to this RFQ with initial submittal. Phase II Clinical/Performance Evaluation Process. Following acceptability of the technical/company criteria, the TRBO, on behalf of the CPT, will request product sample sets from the product group to be sent to select MTFs for evaluation. Vendors are required to ship their samples directly to the designated MTFs and will be allowed 14 calendar days from the date of notification to complete the delivery. Samples and literature must be shipped to arrive at the MTF by COB, 5:00 PM EST, on the (14th) calendar day after the notice to ship. Vendors failing to deliver the literature and product sample sets by the deadline will be disqualified from this standardization 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 MTFs will evaluate the clinical/performance criteria using a Likert scale, with a one to five rating. The scale descriptors are: one (1)-not acceptable, two (2)-minimally acceptable, three (3)-acceptable, four (4)-more acceptable and five (5)-highly acceptable. All clinical/performance criteria are weighted equally. The clinical/performance evaluation period will last for 14 calendar days. The CPT has established a target threshold of 3.0 for the Clinical Acceptability of products for standardization. The CPT will determine the actual Acceptability threshold for this standardization initiative -- 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 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. To determine 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-patient) setting. Each criterion will be evaluated 5 times by each participating MTF by using product sample material. The following Clinical/Performance Evaluation Criteria have been established for this standardization initiative: Vendor products meet the Clinical Acceptability Target Threshold: 3.0. Hydrocolloid 1.(Patient Safety) Products are easily cut into various sizes and shapes. a.Patient wounds vary in size and shape. Clinicians will need to cut the product to provide the proper dressing size and shape needed for each wound. b.Clinician will use a pair of standard bandage scissors to cut the dressing and assess the ability of dressing to be accurately fashioned into customized shapes and sizes. 2.(Patient Safety) The removal of the dressing product does not cause damage to the underlying or surrounding skin. a.You do not want to cause additional damage to patients wound or surrounding skin when removing wound dressing. Additional skin damage will compromise patients condition and the initial wounds healing. b.While using one hand to apply slight pressure to skin adjacent to intact dressing, clinician will slowly remove dressing with his/her other hand and visually assess whether dressing product causes damage to skin beneath dressing and/or surrounding skin. 3.(Patient Safety) Dressing adheres to patients skin without edges rolling up. a.A totally intact wound dressing remains in position longer and provides the wound with a protective barrier against infectious microorganisms. b.Clinician will securely apply dressing to body part. Clinician will push on dressing edges with fingers attempting to cause edges to roll up and away from skin. Clinician will visibly observe whether; outer edges of applied dressing remained intact (adhering to healthy skin and not rolling up) or rolled up loosening dressings adhesive grip and protective barrier. Hydrogel 1.(Patient Safety) Products are easily cut into various sizes and shapes. a.Wounds are different sizes and shapes. Clinicians will need to cut the product to provide the proper dressing size and shape needed for each patient. b.Clinician will use a pair of standard bandage scissors to cut the dressing and assess the ability of dressing to be accurately fashioned into customized shapes and sizes. 2.(Patient Safety) The removal of the dressing product does not cause damage to the underlying wound. a.You do not want to cause additional damage to patients wound or surrounding skin when removing wound dressing. Additional skin damage will compromise patients condition and the wounds ability to heal. b.When removing Hydrogel dressing, the clinician will visually and manually assess whether dressing product adhered to underlying area or easily lifted off underlying area. 3.(Patient Safety) Dressing maintains a moist wound environment. a.A moist wound environment facilitates wound healing and /or debridement in wounds containing dead tissue. b.After removal of Hydrogel dressing the clinician will visually assess the site, under the removed dressing, for moist hydrated skin. Alginates 1.(Patient Safety) Dressing maintains its integrity when wet. a.Alginate dressings are placed in patients wound bed to absorb exudate (drainage/by- products) while maintaining a moist wound interface. If the alginate dressing has absorbed wound exudate as intended, it should be intact, in a gelled state, and easily removable from wound bed leaving no fibrous material adhering to the wound bed. b.Evaluator will place Alginate dressing in a small open container filled with water and allow the dressing to soak for 30mins. Evaluator will remove the dressing at the 30 minute mark, using forceps, and assess dressings ability to remain intact when saturated. 2.(Patient Safety) Dressing is absorbent. a.Alginate dressings function to absorb wound exudate (drainage/byproducts) that tend to accumulate and complicate wound healing. b.The evaluator will place Alginate dressing in a small open container, filled with water, and allow dressing to soak for 30 minutes. Evaluator will remove the dressing at the 30 minute time mark and visually and manually inspect dressing for absorbency. 3.(Patient Safety) Dressing maintains a moist wound environment. a.A moist wound environment facilitates wound healing. b.Evaluator will wet his/her skin with water, place a 2 in x 2 in gauze sponge (saturated with water) on top of the wet skin area. Apply alginate dressing on top of wet 2 in x 2 in gauze sponge. Cover alginate with occlusive dressing. Keep dressing intact for 30 minutes. At the 30 minute time mark remove dressings and assess dressing site for moist, hydrated skin. Phase III Pricing Analysis Process. After the clinical/performance evaluation is completed and analyzed, all vendors in the clinical evaluation group who met the minimum clinical acceptability target threshold (-- at or 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 on committed volume of 80% of the total Regional requirement. 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 from further consideration/participation. The Southeast 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 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 (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-Standardization Costs) is considered more important than the other pricing elements. (2) Potential Cost Avoidance. (3) Impact of Unmatched Lines. (4) Consideration of SKUs by each vendor. The Region intends to reduce the number of SKUs that must be handled 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 standardization initiative. THE CLOSING DATE IS 27 JUNE 2008 5:00 PM EDT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e6d1dabdc6cad7c3907f3bd86f716f20&tab=core&_cview=1)
 
Place of Performance
Address: TRI SERVICE SOUTHEAST REGIONAL BUSINESS OFFICE ATTN: Building 40707 40TH STREET ROOM 105 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN01586766-W 20080606/080604220033-e6d1dabdc6cad7c3907f3bd86f716f20 (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.