SOURCES SOUGHT
65 -- Electrodes: Monitoring / EKG
- 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-08-0009
- 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
- THIS IS A SOURCES SOUGHT NOTICE. FOR FURTHER INFORMATION CONTACT MS VIRGINIA (GINNY) SLAYTON @ 706-787-2019 OR virginia.slayton@us.army.mil 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 Electrodes: Monitoring / EKG. 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 PV program executed by the Defense Supply Center Philadelphia (DSCP), Directorate of Medical Materiel. To participate, your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the PVs for the program. This is pursuant to the DAPA clause by which DAPA holders agree to the Standardization process and to allow PVs to distribute their items. This RFQ will result in Regional Incentive Agreements (RIAs) that supplement the PV Program. The RFQ will not result in a contract award. For additional information regarding DSCPs PV program, please access their web site at https://dmmonline.dscp.dla.mil. The resulting RIA will be for a base period of two (2) years (24 months) from date of selection with three (3) 12-month option periods for a maximum of 5 years. Anticipated selection date is November/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. 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. The Point of Contact is Ginny Slayton, phone (706) 787-2019, virginia.slayton@us.army.mil. B.Products & Performance Required. The Southeast Region is seeking product line items in the category of Electrodes: Monitoring / EKG, which at a minimum includes the product lines below. Within this region, this product line has an estimated annual dollar requirement of $149,975.68. This forecast is based on historical PV sales during a recent 12-month period. 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, 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 actually arrived at the 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. 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 standardization initiative. All email communications between vendors and the Region should be digitally signed by the issuer. 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 Southeast 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 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 Southeast 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. 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 the 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. The following equally weighted Technical/Company Evaluation Criteria have been established for this standardization initiative: 1.Vendor MUST provide a complete line of Electrodes: Monitoring/EKG. 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 product line consist disposable electrodes for EKG and all standard ECG monitoring applications to include electrodes that are radiolucent, with a variety of adhesive backings (foam, soft cloth, micro-pore tape, vinyl tape and clear tape), snap and tab styles, pre-gelled forms (wet-gel, solid gel, and sticky- gel) and available in a variety of diameter sizes (including pediatric, infant and neonatal applications.) 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 or be in the process of applying for a DAPA number for this product line. Provide the DAPA number in response to this RFQ (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 PV is Owens & Minor), for distribution in the Southeast Region. (Note that vendors whose products are not available through the regional PV will be disqualified.) Provide documentation of agreement (four digit number) with PV in response to this RFQ. (Note that vendors whose products are not available through the regional PV will be disqualified in Phase I.) 4.Vendor 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. Where lower uncommitted Federal Supply Schedule (FSS) prices are available, DAPA holders are required by previous agreement to provide the uncommitted FSS price as the DAPA price. Vendors shall NOT quote uncommitted FSS prices as the discounted price for purposes of this standardization initiative. Vendors are to provide a quote 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.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 vendors product sample sets against the clinical/performance criteria in a non-clinical (non-patient care) setting 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 30 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 will 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 clinical (patient care) setting. Each criterion will be evaluated 10 times by each participating MTF 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. 1.(Patient Comfort) Electrode application is simple and quick. a.The Electrode packaging allows easy handling of electrodes for quick application and setup. b.The evaluating Clinician will remove electrodes from packaging, apply to patients skin and attach ECG lead wiring noting if steps to setup were simple and could be done rapidly. 2.(Patient Safety) Electrodes adhesive backing provides excellent skin contact. a.The electrode must make good contact with skin to provide a high quality ECG tracing for patient monitoring. b.Evaluating Clinician will lightly tug and attempt to slide electrode out of position to test adhesive grip. 3.(Patient Comfort) Electrodes stay in place when exposed to moisture. a.Long term monitoring and diagnostic procedures can be complicated by diaphoretic conditions when good skin contact is necessary for quality ECG tracing. b.Evaluating Clinician will visually inspect and manipulate electrode to determine if moisture condition has loosen electrodes adhesive grip. 4.(Patient Safety) Electrode is not irritating or damaging to the skin. a.Long term monitoring requires prolonged exposure to electrode adhesive backing that could cause skin breakdown or adhesive irritations to the skin. b.The evaluator will visually inspect the patients skin for signs of irritation or skin breakdown. Phase III Pricing Analysis Process. After the clinical/performance evaluations are 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 near 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 Regional requirement. Vendors will be provided fourteen (14) calendar days to submit their price quotes in the prescribed format as above 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 participation in this RIA initiative. The Southeast Region intends to evaluate quotes and select a vendor or vendors, without discussions as noted above. 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 two year period with three (3) one-year option periods. The following elements will be considered in the pricing analysis: (1) Impact of RIA prices on the Region. (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=4d23bc0ea46831eb2ad8fbb54efcc184&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
- Zip Code: 30905-5650
- Record
- SN01586783-W 20080606/080604220102-4d23bc0ea46831eb2ad8fbb54efcc184 (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 |