Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2011 FBO #3463
MODIFICATION

65 -- Surgical Sponges

Notice Date
5/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
MW-1010-03_Surgical_Sponges
 
Archive Date
6/11/2011
 
Point of Contact
Cynthia Ingrao, Phone: (619) 532-8517, Ricardo Orias, Phone: 619-532-8537
 
E-Mail Address
cynthia.ingrao.ctr.@med.navy.mil, ricardo.orias.ctr@med.navy.mil
(cynthia.ingrao.ctr.@med.navy.mil, ricardo.orias.ctr@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Medical Materiel Program Office (DMMPO) Medical Materiel Enterprise Standardization Office (MMESO) announces a Request for Incentive Agreement Quotation (RFIAQ) for the standardization of Surgical Sponges. The MMESO West is the lead MMESO for this project. The primary objective of this program is to standardize the quality of care across the MMESO North, South, West, Pacific, Europe (hereafter referred to as MMESOs) areas of responsibility (AOR) and operational assemblages based on the critical balance of clinical efficacy and value. This Standardization Action (SA) will apply to all MMESOs. It is intended for this initiative to result in the standardization of a technically and clinically preferred product (s) and source for institutional and operational medicine requirements at the best possible price. It is intended for this initiative to result in the reduction of Stock Keeping Units (SKUs) and National Stock Numbers (NSN). It is also intended that standardized products be obtained through the Department of Defense (DoD) Prime Vendor (PV) Program. As an enterprise-wide clinically driven program, vendors and products must meet specific technical requirements plus products must meet or exceed specific clinical performance requirements as a primary consideration. Among vendors who meet the technical requirements and the products that meet or exceed the clinical the clinical preferred threshold, best price will determine selection. It is intended that the selected vendor (s) for this SA support the enterprise goal of medical materiel standardization that combines operational and institutional requirements. Vendor is not required to quote for each MMESO AOR. Vendor will be required to identify in initial response for which MMESO AOR(s) they intend to submit quotes. The Government will make a single selection for each of the following MMESO AORs : 1. MMESO North 2. MMESO South 3. MMESO West 4. MMESO Pacific 5. MMESO Europe The major facilities in the MMESOs include, but are not limited to MMESO North: Walter Reed Army Medical Center, National Naval Medical Center, Naval Medical Center Portsmouth, Wright-Patterson Medical Center; MMESO South: Wilford Hall Medical Center, Brook Army Medical Center, Naval Hospital Jacksonville, Martin Army Community Hospital; MMESO West: Naval Medical Center San Diego, Madigan Army Medical Center, Irwin Army Community Hospital, Mike O'Callaghan Federal Hospital; MMESO Pacific: Tripler Army Medical Center, Honolulu, HI, 18th Medical Group, Kadena AB, Okinawa, US Naval Hospital, Yokosuka, Japan; MMESO Europe: Landstuhl Regional Medical Center, Landstuhl, GE, US Naval Hospital, Naples, Italy, the 48th Medical Group, Lakenheath, UK; and Operational U.S. Forces. This standardization action is part of the Medical/Surgical PV program executed by the Defense Logistics Agency (DLA) Troop Support, Directorate of Medical Materiel. To participate, your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Med-Surg PV for each MMESOs Area of Responsibility (AOR) for which a quote is submitted, i.e., Cardinal Health and/or Owens & Minor. This requirement is pursuant to the DAPA clause by which DAPA holders agree to the standardization process and agree to allow PVs to distribute their products. The Incentive Agreement (IA) resulting from this RFIAQ is a supplement to the PV Program and is not a contract. For additional information regarding DLA TS Medical's PV program please access its web site at https://dmmonline.dscp.dla.mil This IA standardization initiative will be a Three Phase IPP Process: vendor (s) who meets the technical / company requirements in Phase I will be invited to advance and participate Phase II where no-charge products will be provided for clinical evaluation and Phase III where pricing will be required for submittal. Phase II and Phase III will be run concurrently. The resulting IA will be for a base period of two (2) years (24 months) from date of selection with three (3) 12-month "option" periods not to exceed a total of 5 years. Anticipated selection date is August 2011. The selection will be based on the product and vendor that provides the Best Value to the enterprise. Products and vendors that meet or exceed the technical and clinical performance requirements will be considered clinically preferred products and sources. Among vendors who meet the technical requirements and the products that meet or exceed the clinically preferred standard, best price (i.e. lowest Aggregate Post Standardization Cost) will determine selection for each MMESO AOR. Point of Contact: Ricardo Orias,MMESO West Team Leader, Ricardo.orias.ctr@med.navy.mil,(619) 532-8537; Cindy Ingrao, MMESO West Clinical Analyst, Cynthia.ingrao.ctr@med.navy.mil,(619) 532-8517;Cheryl Janus, MMESO West Clinical Analyst, Cheryl.janus.ctr@med.navy.mil,(619) 532-7554. B. Products & Performance Required The MMESOs, are seeking product line items in the category of Surgical Sponges. Within The MMESO West estimated total annual demand for this product line is approximately $977,002 based on PV usage data over 12 months of recent usage. Estimated annual demand per Area of Responsibility is approximately MMESO North: $126,609; MMESO South: $523,972; MMESO West: $110,205; MMESO Europe: $103,958; and MMESO Pacific: $112,258. Based on the recent 12-month usage data, the top twenty one (21) lines items of the total sixty two (62) line items, account for 81.3% ($794,361) of the total volume in sales ($977,002) in the MMESOs, and are procurement significant. The top high volume usage lines for this project are shown in the Technical/Company Requirements below, consolidated by product type to reduce duplication within the top 21 lines. This represents the line item, or SKU, reduction that is an additional objective of this program. C. Instructions to Vendors Vendors interested in participating in this standardization initiative will provide an initial response to the FBO-posted RFIAQ to Ricardo Orias, MMESO West Team Leader, ricardo.orias.ctr@med.navy.mil, Ms. Cindy Ingrao, Clinical Analyst, cynthia.ingrao.ctr.@med.navy.mil and Ms. Cheryl Janus, Clinical Analyst, cheryl.janus.ctr@med.navy.mil. The vendor's initial responses will include detailed information requested in the technical/company requirements listed in the FBO RFIAQ and must also include: (1) Company name and address; (2) Company Point of Contact (POC) (Name and Phone Number, Fax Number, and E-mail address); (3) Identification of the RFIAQ to which the vendor is responding and (4) Identification of which MMESO AOR(s) vendor intends to submit pricing for. Due to the potential for e-mail to be lost in transmission, from network security, etc., vendor is strongly encouraged to confirm with the MMESO West that its initial submission, quote and literature actually arrived at the MMESO West 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 who do not meet the deadline of COB 5:00PM Pacific Standard Time (PST) on the date listed for closing (per the FBO RFIAQ), will be disqualified from further consideration in the standardization initiative. D. Source Selection Procedures The MMESO Joint Product Review Board (JPRB) will serve as the forum for clinical recommendations for product selection, seeking and evaluating opportunities for committed volume purchase agreements, and coordinating logistics efforts in support of DoD Components. The boards are chaired by Designated Senior Logisticians (DSLs) and co-chaired by Designated Senior Clinicians (DSCs) in the MMESO AORs and include clinicians and logisticians for Medical Treatment Facilities (MTFs) within each MMESO. The Clinical Advisory Committee (CAC) members are the deciding officials for this initiative. The MMESO DSLs and DSCs intend to evaluate quotes and select a vendor on initial submissions/quotes. Vendor quotes should contain the vendor's best discounts off of the vendor's DAPA pricing for each MMESO AOR based on committed volume of 80% of the total requirements of the MTFs in that MMESO AOR. The MMESO West reserves the right to conduct discussions and request revised quotes, if determined necessary. Phase I Technical / Company Requirements The MMESO CPT will review the responses from the vendors and determine which vendors meet the technical/company requirements and determine acceptability. Vendors must meet the technical requirements for continued consideration in this initiative. Vendors who do not meet the requirements will be disqualified. Failure to provide any requested information or meet any of the technical requirements will disqualify the vendor from further consideration. The vendors who meet the following technical/company requirements will be qualified/invited to participate in the clinical/performance selection and will be requested to submit their best product/price discount quotes via an email communication. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) should be digitally signed. Technical/Company Requirements: During the acquisition planning process, the MMESO CPT validated/approved the technical/company requirements outlined below. The four (4) requirements below must be answered with the vendor's initial submittal by the response date stated in the FBO announcement. A vendor who does not meet these requirements or who does not submit documentation to support these requirements with initial submittal will be disqualified in Phase I. 1. Vendor MUST provide a line of Surgical Sponges products that includes at a minimum the specific products identified below for Surgical Sponges: sterile, woven, latex free, and contain an integrated radiopaque indicator, and will include at a minimum: a. GAUZE SPONGE, X-RAY DETECTABLE, 4" X 8", 12 PLY, STERILE LAPAROTOMY SPONGE, XRAY DETECTABLE, 4x18in, W/O RINGS, STERILE LAPAROTOMY SPONGE, XRAY DETECTABLE, 18x18in, W/O RINGS, STERILE * Operational usage items are included in this list of Surgical Sponges b. Vendor MUST provide a complete itemized list of items supplied (manufacture and/or distribute by brands and descriptions) via excel sheet, and product catalog & literature in response to this RFAIQ with initial submittal. Vendors are required to supply all items listed in all sizes and device type. (Vendors who do not have a complete product line as stated above will be disqualified in Phase I). 2. Vendor MUST have a DAPA or be in the process of obtaining a DAPA for the Surgical Sponges product line. Vendor MUST provide the DAPA number with initial submittal or provide documentation that DAPA has been applied for with response submittal. Vendors without a DAPA number or those that have not applied for a DAPA will be disqualified in Phase I. 3. Vendor MUST have agreements with the current Medical/Surgical prime vendors for each MMESO AOR for which a quote is submitted, i.e. Cardinal Health and/or Owens & Minor for Surgical Sponges or be in the process of obtaining Prime Vendor agreements. Vendor must provide documentation to support agreements with initial submittal. Vendors whose products are not available through the Prime Vendors or who have not applied for PV distribution will be disqualified in Phase I. 4. Vendors MUST submit discounts off DAPA for the products included in this standardization initiative. (Note: vendors that fail to submit a discount from DAPA will be disqualified. 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 who do not provide discounts off DAPA for ALL products in Phase III will be disqualified.) 5. Vendor must identify with initial submittal which MMESO AOR(s) they intend to submit quotes for. Vendor will not have an opportunity to change MMESO AOR(s) during any subsequent stage in this evaluation. Phase II Clinical Performance Clinical Performance Evaluation Following acceptability of the technical/company requirements, the MMESO West, on behalf of the CPT, will request product sample sets from the product group to be sent to the CPT members at the participating MTFs. Vendor will be given 30 calendar days from the issue of the notice in which to deliver the product samples for clinical evaluation at Phase II. Product samples must be shipped to arrive at the designated addresses by 5:00PM local time for each MTF on the 30th calendar day after the notice to ship. Vendor MUST be able to deliver product literature, training materials and evaluation samples to the MMESO Pacific via FedEx or UPS AND to the MMESO Europe via United States Postal Service (USPS) and throughout the United States when requested in Phase II. Vendor who cannot or does not meet this requirement will be disqualified from the standardization process. Vendor must send the MMESO West verification regarding the shipment of literature and samples. This information will include the date of shipment, final delivery date, tracking numbers and the carrier used by the vendor. Vendor will provide ONLY the following no cost product samples for clinical/performance evaluation. (Unused samples will not be returned). Two (2) packages of each size and configuration of products listed below are to be provided to each of the evaluation sites as identified in the letters of invitation. GAUZE SPONGE, X-RAY DETECTABLE, 4" X 8", 12 PLY, STERILE LAPAROTOMY SPONGE, XRAY DETECTABLE, 4x18in, W/O RINGS, STERILE LAPAROTOMY SPONGE, XRAY DETECTABLE, 18x18in, W/O RINGS, STERILE The clinical/performance acceptability evaluation period will last for fourteen (14) calendar days. Each evaluator will evaluate product samples from each vendor against the established requirements. A trial will consist of evaluating all sample products from a single vendor, evaluated against the requirements and recorded on a single evaluation form per vendor. Each evaluator will evaluate or trial each participating vendor's product line. The acceptability evaluation responses will be in a Likert scale format with a one (1) through five (5) scoring range. The scale descriptors are: one (1)- Completely Unacceptable, two (2)- Overwhelmingly Unacceptable, three (3)- Partially Unacceptable, four (4)- Acceptable, and five (5)- Highly Acceptable. The MMESO JPRB has established a 4.0 as the Clinically Preferred threshold of products for standardization. A vendor scoring below the clinically preferred threshold will be disqualified from selection for this standardization initiative. Of those vendors who are qualified as clinically preferred, selection will be based on best price. A vendor who has been disqualified will be notified in writing upon disqualification. Clinical /performance acceptability evaluations by the participating CPT facilities will be tabulated resulting in one score per participating MMESO per vendor. The participating MMESOs' scores by vendor will then be combined resulting in one final vendor performance evaluation score. All clinical/performance acceptability evaluations will be tabulated by the MMESO West, and results will be forwarded to the MMESO CPT for final review. There will be approximately nineteen (19) MTFs enterprise wide that will be evaluating products. Clinical/Performance Requirements: During the acquisition planning process, the MMESO CPT validated/approved the clinical/performance requirements outlined below. 1. The surgical sponge does not lint/release fragments of material. (Patient Safety - NPSG #7 - 07.05.01) 2. The surgical sponge is composed of a soft and absorbable material. (Patient Safety/Comfort - NPSG 07.05.01) 3. The radiopaque material is attached securely to the sponge and is readily visible to the eye.(Patient Safety - NPSG 07.05.01) 4. The surgical sponge is durable and does not fray. (Patient Safety - NPSG-7.05.01) 5. Any color or dyed part of the surgical sponge does not come off on your gloved hand when the sponge is wet or dry. (Patient Safety - NPSG 07.05.01) 6. The package is easy to open and allows for aseptic delivery to the sterile field. (Patient Safety and Efficiency of Usage) Phase III Pricing Analysis Price Analysis Upon completion of the Phase I - Technical/Company Requirements, a vendor who is found technically acceptable will be qualified /invited to provide product samples and price discount quotes concurrently. A vendor will be given 30 calendar days from the date of pricing requests, to submit IA pricing quotes, in a prescribed electronic spreadsheet format, based upon the requirements of the MMESOs. Pricing will be submitted to MMESO West and must be received by 5:00 PM PST, thirty (30) calendar days after the issue date of the vendor notice to submit best price quotes. Vendor quotes should contain the vendor's best product matches for the specific products requested in this announcement. Vendor quotes should contain the vendor's best discounts off of the vendor's DAPA pricing for the products identified in this announcement based on committed volume of 80% of the total requirements of the MTFs in that MMESO AOR. Vendor quotes will contain separate pricing for each MMESO AOR(s) that were identified in Technical Requirements, above. Vendor is not required to provide a quote for each MMESO AOR. The MMESO DSLs and DSCs intend to evaluate quotes and select a vendor on initial submissions/quotes. Price will be analyzed based on the projected Aggregate Post-Standardization costs for each vendor. Aggregate Post-Standardization Cost will be calculated for each vendor by applying the vendors' offered prices to the anticipated annual usage of the enterprise. Unmatched items will be represented in the Post-Standardization Cost at a baseline non-discounted price (current DAPA price of product with highest procurement). Among the products and sources that were determined to be clinically preferred, the best price Aggregate Post-Standardization Cost will be selected.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/MW-1010-03_Surgical_Sponges /listing.html)
 
Place of Performance
Address: Medical Materiel Enterprise Standardization Office (MMESO) West, 34960 Bob Wilson Dr., San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN02450296-W 20110519/110517235009-b8eb36cc0964df9f1d6d1d18d82b141a (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.