SOLICITATION NOTICE
65 -- Irrigation Fluids - Vendor Response
- Notice Date
- 6/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325412
— Pharmaceutical Preparation 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
- MS-1103-15_Irrigation_Fluids
- Archive Date
- 7/15/2011
- Point of Contact
- Kevin Hill, Phone: 210-292-3295, Jim Quinn, Phone: 210-292-3295
- E-Mail Address
-
kevin.w.hill@amedd.army.mil, james.e.quinn@amedd.army.mil
(kevin.w.hill@amedd.army.mil, james.e.quinn@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Vendors please provide responses using the attachment by COB closing date of FBO. 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 Irrigation Fluids. The MMESO South 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. The government is seeking a single award for this SA. 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), i.e., Cardinal Health, and 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 Troop Support 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. Points of Contact: Mr. Kevin Hill, MMESO South, Team Leader, Kevin.w.hill@amedd.army.mil, 210-292-3270; Mr. Jim Quinn, Clinical Analyst, james.e.quinn@amedd.army.mil, 210-292-3295. B. Products & Performance Required The MMESOs, are seeking product line items in the category of Irrigation Fluids. Within the MMESOs, this product line has an estimated annual dollar requirement of $2,792,436.22. This forecast is based on historical Prime Vendor sales during a recent 12-month period. Based on the recent 12-month usage data 20 line items of the total 63 line items, account for 91.93% ($2,567,222.86) of the total volume in sales ($2,792,436.22) 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 20 lines. This represents the line item, or SKU, reduction that is an additional objective of this program. C. Instructions to Vendors A vendor interested in participating in this standardization initiative will provide an initial response to the FBO-posted RFIAQ to Mr. Kevin Hill, MMESO South, Team Leader, Kevin.w.hill@amedd.army.mil, 210-292-3270; Mr. Jim Quinn, Clinical Analyst, james.e.quinn@amedd.army.mil, 210-292-3295. 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); and (3) Identification of the RFIAQ to which the vendor is responding. 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 South that its initial submission, quote and literature actually arrived at the MMESO South 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. A vendor who does not meet the deadline of COB 5:00PM Central Standard Time (CST) on the date listed for closing 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 based on committed volume of 80% of the total requirements of the MTFs in the MMESOs. The MMESO South 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. A vendor must meet the technical requirements for continued consideration in this initiative. A vendor who does 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. A vendor who meets 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 six (6) requirements below must be answered and all supporting documentation provided 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 Irrigation Fluids products that includes at a minimum the specific products and sizes identified below for Irrigation Fluids within the categories of Latex Free, 0.9% Sodium Chloride Irrigation, USP; Sterile Water for Irrigation, USP and Lactated Ringers Irrigation, USP. a. Vendors are required to supply all items listed in all sizes listed and will include at a minimum: Item Description Solution Irrigation Sodium Chloride 0.9% 1000ml Bottle Solution Irrigation Sodium Chloride 0.9% 3000ml Bag Solution Irrigation Sterile Water 1000ml Bottle Solution Irrigation Lactated Ringers 3000ml Bag Solution Irrigation Lactated Ringers 5000ml Bag Solution Irrigation Sodium Chloride 0.9% 5000ml Bag Solution Irrigation Sodium Chloride 0.9% 500ml Bottle Solution Irrigation Sterile Water 500ml Bottle Solution Irrigation Sterile Water 1500ml Bottle * Operational usage items are included in this list of Irrigation Fluids. b. Vendor MUST provide a complete itemized list of items supplied (manufactured and/or distributed by brands and descriptions) via excel sheet, and product catalog & literature in response to this RFIAQ 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. Vendors MUST provide Irrigation Fluids products that are approved for use by the Food & Drug Administration (FDA). The Irrigation Fluids products shall comply with the National Patient Safety Goals (NPSG), and the Center for Disease Control & Prevention (CDC), Occupational Safety & Health Administration (OSHA) Standards, and provide literature to support this requirement with the initial submittals. American Society for Testing and Materials (ASTM); ASTM F2172-02: Standard Specification for Blood/Intravenous Fluid/Irrigation Fluid Warmers, 1.1 Scope Addition: This Standard Specification specifies requirements for FLUID WARMERS as defined in 2.2.101. 1.2 Object Addition: The object of this Standard Specification is to establish requirements for FLUID WARMERS which minimize hazards to PATIENT and OPERATOR and to specify tests by which compliance can be verified. 3. Vendor must provide guidelines for solution warming parameters with initial submittal. At a minimum these guidelines must include recommended storage temperature, recommended maximum warming temperature along with length of time warmed fluids will maintain their integrity. 4. Vendor MUST have a DAPA or be in the process of obtaining a DAPA for the Irrigation Fluids 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. 5. Vendor MUST have agreements with the current Med/Surg prime vendors for each MMESO AOR, i.e. Cardinal Health and Owens & Minor for Irrigation Fluids 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. 6. 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 in Phase III for ALL products will be disqualified.). Phase II Acceptability Evaluation Clinical Performance Clinical Performance Requirements Following acceptability of the technical/company requirements, the MMESO South, 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 South 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). One case or 12 of each type and size of Irrigation Fluids listed below are to be provided to each of the evaluation sites as identified in the letters of invitation. Item to Send Number Each to send per MTF Size Solution Irrigation Sodium Chloride 0.9% 1000ml Bottle 1 case (or 12 bottles each) 1000ml Solution Irrigation Sodium Chloride 0.9% 3000ml Bag 1 case (or 12 bags each) 3000ml Solution Irrigation Sterile Water 1000ml Bottle 1 case (or 12 bottles each) 1000ml The clinical/performance acceptability evaluation period will last for 14 calendar days. The acceptability evaluation responses will be conducted using the below listed requirements with responses as either a "YES" (meets/passes requirements) or "NO" (does not/fails to meet requirements) answers. The MMESO JPRB has established that the Clinically Preferred threshold of products for standardization will be eighty percent (80%) of the requirements questions answered as "YES" (meets/passes requirements). A vendor scoring below the clinically preferred threshold will be disqualified from selection for this standardization initiative. A vendor who has been disqualified will be notified in writing upon disqualification. Of those vendors who are qualified as clinically preferred, selection will be based on best price. 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 South, and results will be forwarded to the MMESO CPT for final review. Each evaluator will evaluate each product sample 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. There will be approximately eight 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. (NPSG.03.04.01: Label all medications, medication containers, and other solutions on and off the sterile field in perioperative and other procedural settings. UP.01.01.01: Conduct a pre-procedure verification process). The container labeling must be easy to read and includes type of fluid, volume gradient and expiration date. The container must be clearly labeled to assist in avoiding serious errors and harm to the patient by adhering to the "Five Rights" (Right Patient, Right Medication, Right Dose, Right Time, and Right Route). 2. (NPSG 03.04.01 & 07.05.01) Implement evidence-based practices for preventing surgical site infections). The fluid container must be optically clear, making it easy to determine the condition of the fluid. The product must be free of any sediment, particle threads, and opaque quality of the fluid, or foreign materials that could be acutely and potentially deadly to a patient. 3. (NPSG.07.05.01: Implement evidence-based practices for preventing surgical site infections) The package must be easy to open and allows for aseptic delivery to the sterile field. The container must be easy to open to prevent contamination of the sterile field which would prolong the surgical procedure and could increase the potential for patient harm. 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 South and must be received by 5:00 PM CST, 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. 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 the products identified in this announcement (based on committed volume of 80% of the total requirements of the MTFs in the MMESOs). 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 vendor's 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/MS-1103-15_Irrigation_Fluids/listing.html)
- Place of Performance
- Address: Medical Materiel Enterprise Standardization Offices General Dynamics Information Technology (GDIT), 7800 IH-10 West, Suite 220, San Antonio, Texas, 78230-4768, United States
- Zip Code: 78230-4768
- Zip Code: 78230-4768
- Record
- SN02469184-W 20110611/110609235428-6b0e78df3016bc3861143a4e9457db83 (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 |