SOURCES SOUGHT
65 -- The Pacific Region Tri-Service Regional Business Office, a military IDN, with 17 Medical Treatment Facilities announces a Request for Regional Incentive Agreement Quotation for the standardization of Elastic Bandage Wraps.
- Notice Date
- 10/16/2008
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Pacific Regional Contr Ofc TAMC, Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
- ZIP Code
- 96859-5000
- Solicitation Number
- W81K02-09-T-3001
- Response Due
- 11/5/2008
- Archive Date
- 1/4/2009
- Point of Contact
- Mary L. Summers, 8084333686<br />
- Small Business Set-Aside
- N/A
- Description
- The primary objective of this program is to standardize the quality of care across the 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 Department of Defense (DoD) Prime Vendor (PV) Program. The major facilities in the region include Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, and 374th Medical Group (MDG), Yokota AB, Japan. 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 years (24 months) from date of selection with three 12-month option periods. Anticipated selection date is April 2009. The evaluation will be based on technical, clinical, 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. Point of Contact: Mary Summers, TRBO Technical Director 808-433-3686, mary.summers1@us.army.mil Cheryl Janus, RN, TRBO Clinical Analyst 808-433-7985, cheryl.janus@amedd.army.mil B. Products & Performance Required. The Pacific Region is seeking product line items in the category of Elastic Bandage Wraps, which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $69,869.02. This forecast is based on historical prime vendor sales during a recent 12-month period. The top high volume usage lines for this project include: 4426 Bandage Elastic Tensor 6IN X 5YDS $13,209.00 4423 Bandage Elastic Tensor 3IN X 5YDS $9,608.76 4424 Bandage Elastic Tensor 4IN X 5YDS $7,824.60 4206 Bandage Elastic Tensor 6IN X 4.5YDS $5,685.12 3616 Bandage Elastic Tensor 4IN X 4.5YDS $4,315.20 3930 Bandage Elastic Tensor 6IN X 4.5YDS $4,190.16 4422 Bandage Elastic Curity 2IN X 5YDS $3,384.48 3550 Bandage Elastic Tensor 3IN X 4.1YDS $3,020.16 79-98238 Bandage Elastic 5 IN X 5 YDS $2,973.70 59160000 Bandage 6INX5.5YD Elastic Self Closure $2,777.32 At the request of the Pacific Regional Military Treatment Facilities, vendors will provide 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 (1) Company name and address, (2) Point of Contact (POC) Name and Phone Number, Fax Number, and E-mail address to mary.summers1@us.army.mil AND cheryl.janus@amedd.army.mil. Submissions must be received by 5:00 post meridian (p.m.) Hawaii Standard Time (HST) on the specified closing date/time of this solicitation. Vendors that fail to meet this submittal deadline will be disqualified from participating. All e-mail communications between vendors and the region will be digitally signed. This process will include vendor requirements to provide electronic responses to technical criteria, no charge product samples and no charge literature 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 Regional POC stated above that their initial submission, quotes, and literature or other requested information has actually arrived at the Regional TRBO 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. Source Selection Procedures The Tri-Service Product Review Board (TPRB) is the governing body of the standardization process and program. This board includes clinicians and logisticians from the MTFs within the Pacific Region. The board is chaired by the Designated Senior Logistician (DSL) and Co-Chaired by a physician and nurse from the Naval Hospital Yokosuka and the Hawaii Multi Service Marketing Management Office, respectively. They are the deciding officials for this initiative. The Region intends to evaluate 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 Pacific Region). Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. If industry participation is unsatisfactory, the TPRB will decide whether to proceed with or delay the project. Interested vendors are to respond to this Federal Business Opportunity (FBO) announcement by emailing their intent to participate to the above POC by the required response date. This source selection procedure is a one-step process. The TRBO will request responses to the technical/company criteria, the no charge literature and no charge sample set, and best value pricing from the vendor in a one-step source selection process. Vendors will have 30 calendar days to respond to the TRBO with their responses to the technical/company criteria, delivery of the no charge literature and no charge sample set to the participating MTFs, and submission best value price quotes. Vendors best value pricing will be in a prescribed electronic spreadsheet format, based upon the total requirements of the Pacific Region. Vendors that fail to respond to the technical/company criteria or fail to send the no charge literature and no charge sample set or fails to provide a best value price quote will be disqualified from further consideration in the standardization initiative. Literature and samples must be received by the participating MTFs by close of business (COB) 5:00 PM HST, 30 days after the date of request to supply samples. All vendors must send the TRBO verification regarding the date of shipment. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) must be digitally signed. Vendors that have been disqualified will be notified in writing by e-mail at the conclusion of the process. Acceptability for purposes of evaluation of technical/company criteria is defined as follows: 1) based on the vendors responses, the evaluators have reasonable confidence 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. 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 no charge samples to be provided are as follows: 10 each of the following Elastic Bandage Wraps types 1) 2 inch wide x {acceptable range} of 4.5 to 5.5 yards length, wrap bandage, latex free, Velcro closure, unsterile; and, 2) 4 inch wide x {acceptable range} of 4.5 to 5.5 yards length, wrap bandage, latex free, Velcro closure, unsterile; and, 3) 6 inch wide x {acceptable range} of 4.5 to 5.5 yards length, wrap bandage, latex free, Velcro closure, unsterile. Specific Clinical Product Teams (CPTs), at the designated MTFs, will evaluate the clinical/performance criteria using a likert type scale, with a one to five rating. One (1) = Strongly Disagree; Two (2) = Disagree; Three (3) = Neutral; Four (4) = Agree; Five (5) = Strongly Agree. The evaluating CPTs, which consists of physicians, nurses, allied health professionals, and technicians from the participating MTFs will evaluate the products based on the evaluation criteria below. The TPRB CPT intends that clinical evaluations be conducted in a non-clinical (non-patient) setting. The Region intends to evaluate quotes and select a vendor or vendor(s), on initial submission/quotes. Vendor quotes should contain the vendor's best product matches for the products or product lines requested in the announcement. Vendor quotes should contain the vendor's best tiered-pricing discounts off the Vendor's DAPA pricing (based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region). Pricing will be based on a committed volume for a two-year period with possible one-year option periods not to exceed a total of 5 years. However, the Region reserves the right to request revised quotes, if determined necessary. The Region reserves the right to limit the number of quotes to the greatest number that will permit an efficient competition among vendors. Vendors that fail to submit price quotes will be disqualified from further consideration in this standardization initiative. Technical/Company and Clinical/Performance 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 2-year period with possible one-year 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), (2) Impact of Unmatched Lines, (3) Potential Cost Avoidance (this is included as a reporting metric) and (4) consideration of stockage keeping units (SKUs) by each vendor. SKU review will assess the number of line items a vendor is able to supply to the MTFs versus the number of currently used line items. Cost avoidance is used as a reporting metric, not as an element of the decision. Technical/Company Criteria The following Technical/Company Criteria have been established for this standardization initiative: 1. Vendors must manufacture and/or distribute a complete product line of Elastic Bandage Wraps. 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. At a minimum, a complete product line includes the following products in the following sizes: 1) 2 inch wide x {acceptable range} of 4.5 to 5.5 yards length, wrap bandage, latex free, Velcro closure, unsterile; and, 2) 4 inch wide x {acceptable range} of 4.5 to 5.5 yards length, wrap bandage, latex free, Velcro closure, unsterile; and, 3) 6 inch wide x {acceptable range} 4.5 to 5.5 yards length, wrap bandage, latex free, Velcro closure, unsterile 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for Elastic Bandage Wrap, Latex Free with Velcro Closure, Sterile and Unsterile. Provide the DAPA number or proof of the application process with the initial submittal. Vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified 3. Vendors must have a separate agreement with the prime vendor Cardinal Health for distribution in this Region and provide certification of this with the initial submittal. Vendors whose products are not available through the regional Prime Vendor will be disqualified 4. Vendors must provide discounts off DAPA for all products included in this standardization initiative. Where lower Federal Supply Schedule (FSS) prices are available, DAPA holders are required by previous agreement to provide the FSS price as their DAPA price. Therefore, FSS prices do not represent a discount off DAPA. Vendors that fail to provide a discount from DAPA will be disqualified 5. Vendors will provide latex free Elastic Bandage Wraps. Failure to provide latex free Elastic Bandage Wraps will result in disqualification 6. Vendors will provide Velcro closure Elastic Bandage Wraps. Failure to provide Velcro closures will result in disqualification 7. Vendors will provide unsterile Elastic Bandage Wraps. Failure to provide unsterile Elastic Bandage Wraps will result in disqualification. Clinical and Performance Criteria: 1. Product unrolls evenly and lies flat upon application. (Maintain even layers of woven materials, avoiding clumping, creasing or bunching of layers, which would put unequal compression on the patient) Addresses patient safety. a) The wrap woven material will not clump, crease or bunch together during the application. b) This criterion will be evaluated by the clinician performing the application of the product. c) The evaluators will apply the bandage wrap on each other, rolling the wraps in the acceptable circular application. The expectation is that the woven material will not clump, crease or bunch together and cause uneven compression and pain to the patient. 2. Product maintains therapeutic elasticity throughout a reapplication - removal of bandage wrap and rewrapping the same bandage wrap. (Loss of elasticity will require a tighter rewrapping and uneven therapeutic compression) Addresses patient safety. a) The bandage wrap will retain elasticity (elastic memory) when the bandage wrap is removed and reapplied. b) This criterion will be evaluated by the clinician performing the application of the product. c) The expectation is that the bandage wrap will retain therapeutic elastic memory and provide therapeutic equal compression. 3. The Velcro closure adheres securely and evenly. (Secure and evenly attached closure is critical to the bandage wrap remaining in place) Addresses patient safety and maintenance of therapeutic application for the patient. a) The Velcro closure will adhere to the woven material securely and evenly. No gaps between the Velcro and the woven material. b) This criterion will be evaluated by the clinician performing the application of the product c) The expectation is that the Velcro closure will adhere securely and evenly against the woven material, eliminating the possibility that the bandage wrap will become loose or fall off; thereby, loosing the therapeutic effects of the product.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd9c4a2b2929863b3e6ab8b2f73e1b4b&tab=core&_cview=1)
- Place of Performance
- Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI<br />
- Zip Code: 96859-5000<br />
- Zip Code: 96859-5000<br />
- Record
- SN01692465-W 20081018/081016214537-fd9c4a2b2929863b3e6ab8b2f73e1b4b (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 |