Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2007 FBO #1917
SOURCES SOUGHT

65 -- Basic Urological Supplies - Product Standardization

Notice Date
2/23/2007
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-TMAR2-SS47
 
Response Due
3/19/2007
 
Archive Date
4/3/2007
 
Description
65-Medical Supplies-Potential Sources Sought --------------- A. General Information The Tri-Service Mid-Atlantic Region, a military integrated delivery network, comprised of Army, Navy, Air Force, Marine Corps and Coast Guard medical commands and medical treatment facilities (MTFs) in the states of Virginia and North Carolina announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Basic Urologicals. The major facilities in the area includes: 1st Medical Group, Langley AFB, VA; 43rd Medical Group, Pope AFB, NC; 4th Medical Group, Seymour Johnson AFB, NC; Womack Army Medical Center, FT Bragg, NC; McDonald Army Community Hospital, FT Eustis, VA; Kenner Army Health Clinic, FT Lee, VA; Naval Medical Center Portsmouth, Portsmouth, VA; Naval Hospital Camp Lejeune, Camp Lejeune, NC; Naval Hospital Cherry Point, Cherry Point MCAS, NC. This procurement is part of the Medical/Surgical Prime Vendor program executed by the Defense Supply Center Philadelphia, 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 items. This is a supplement to the Prime Vendor Program and it is not a contract. For additional information regarding DSCP?s Prime vendor program please access our web site at https://dmmonline.dscp.dla.mil The TRBO will provide anticipated volume (quantity) based on historical usage/forecasted requirements. The agreement will be for a base period of two (2) years (24 months) from date of award with three (3) 12-month option periods. Anticipated award date is June 2007. The evaluation will be based on clinical, technical, and pricing factors. The award will be determined utilizing Best value/ trade off criteria. Point of Contact Robert Meinertzhagen, 757-953-2134, Bob.Meinertzhagen@med.navy.mil B. Products & Performance Required The Mid-Atlantic Region is seeking product line items in the category of Basic Urologicals. The approximate annual purchase volume of $217,064 is based upon the historical usage of standardized Basic Urologicals over a one year period. The agreement will be for a base period of two (2) year (24 months) from the date of award with three (3) 12 month option periods. The anticipated award date is 31 June 2007. The overall evaluation will be based upon clinical, technical and pricing factors. The final award recommendation will be determined by utilizing the Best Value and trade off criteria. The Prime Vendor for the Mid-Atlantic Region is Owens & Minor. At the request of the Mid-Atlantic Region Military Treatment Facilities, vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS information, and itemization of the brands, types and packaging information of the products offered by the vendor. C. Instructions to Offerors If you are interested in participating in this standardization initiative, mail your letter of response by traceable means (i.e. registered mail-return receipt requested or Express Mail Carriers) and provide (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address). Letters will include vendor responses to the requirement for provision of technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offers. Letters will be mailed to: Robert Meinertzhagen Tri-Service Regional Business Office Financial Operations Department, Bldg. 250 Naval Medical Center Portsmouth 620 John Paul Jones Circle Portsmouth, VA 23708 Responses must be received in writing within two (2) weeks of the closing of this announcement. Failure to respond within this timeframe will result in your company being excluded from participation in this standardization effort. Emails may be sent to Bob.Meinertzhagen@med.navy.mil but will not substitute for the above requirement. D. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logisticians from all of the Military Treatment Facilities within the Mid-Atlantic Region. They are the decision makers for this initiative. Vendors will be required to provide responses to the technical/company criteria. The TPRB will review the responses and determine acceptability. After review of the technical/company criteria, the Region will eliminate those vendors who fail to meet the criteria. Those companies who do meet the technical/company criteria will be invited to participate in the clinical/performance evaluation. The TPRB will request samples from the product group to be clinically evaluated at select Military Treatment Facilities (MTFs). Vendors are required to ship samples direct to the MTFs. Once vendors are notified, a three-week period will be allotted to vendors for shipment. Vendors failing to ship by the deadline will be disqualified from further consideration in the standardization process. Any changes/modifications will be approved by the CPT and all participating vendors will be notified. The MTFs will evaluate the clinical/performance criteria using a Likert like zero to seven rating scale. Zero is equal to not acceptable and seven is equal to highly acceptable. All criteria are weighted equally. The TPRB has set a 3.75 acceptability threshold for all product groups. Clinical/performance results lower than 3.75 will not be considered acceptable and will be disqualified from further consideration in the standardization process. After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who met the 3.75 threshold will be asked to submit their best pricing offer representing a discount from their DAPA pricing based on a minimum committed volume of 80% of the total requirements of MTFs in the Mid-Atlantic Region. In addition to the required discounted pricing from DAPA for participating regional commands, vendors should also submit additional tier pricing in the event that they are afforded added volume from standardization commitments from other regions. Vendor Product and Price Proposals will be mailed by traceable means (i.e. registered mail-return receipt requested or Express Mail Carriers) to: Robert Meinertzhagen Tri-Service Regional Business Office Financial Operations Department, Bldg. 250 Naval Medical Center Portsmouth 620 John Paul Jones Circle Portsmouth, VA 23708 Pricing responses must be received in writing within two (2) weeks from the date of request by the TRBO. Failure to respond within this timeframe will result in your company being excluded from further participation/consideration. Emails responses may be sent to Bob.Meinertzhagen@med.navy.mil but will not substitute for the required written responses. Clinical/performance factors will be weighted more heavily than price. 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 possible one-year option periods (not to exceed 5 years). 1. Technical/Company Criteria Evaluation The TPRB will review the following technical criteria responses from each vendor and determine acceptability: 1. Does your company manufacture a full line of Catheters, Insertion Kits, and Collection/Drainage Devices? 2. Are your products available through the Prime Vendor, Owens & Minor? 3. What is your DAPA Number? 4. Under what brand(s) does your company manufacture or distribute your product? 5. Under what standards is your product manufactured? 6. Is your product latex free? 7. What material(s) are your products made of? 8. What types of accessories, if any, come with your products? 9. What types of educational tools or materials do you have for this product line? 10. What kind of staff training does your company provide? 11. Does your company provide customer service 24/7? 12. Is there any history of backorders and/or recalls for this product group? If yes, please answer: (a) Dates and duration, (b) Cause, and (c) Resolution 2. Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products based upon the following evaluation criteria to determine acceptability. Catheters 1. Catheters are offered in appropriate sizes and styles 2. Catheters are offered in appropriate balloon sizes 3. Catheters are stiff enough to advance, but soft enough to mold 4. The size and type of catheter is easily identified from the packaging 5. Packaging is easy to open and allows for delivery to a sterile field 6. Overall clinical satisfaction Insertion Kits 1. Insertion kits contain all necessary components 2. Appropriate variety of insertion skits are offered 3. Overall clinical satisfaction Collection/Drainage Devices 1. Available in a variety of styles and sizes 2. Designed with needless collection port that easily operated and minimizes fluid exposure 3. Constructed with leak proof design 4. Securing mechanism is user friendly and affords patient comfort 5. Incremental markings allow accurate measurement 6. Overall clinical satisfaction
 
Place of Performance
Address: Naval Medical Center Portsmouth, 620 John Paul Jones Circle, Portsmouth, VA
Zip Code: 23708
Country: UNITED STATES
 
Record
SN01238170-W 20070225/070223221714 (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.