Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOURCES SOUGHT

65 -- Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Conventional Needles and Syringes.

Notice Date
7/17/2007
 
Notice Type
Sources Sought
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
DADA09-09-07-T9008
 
Response Due
8/8/2007
 
Archive Date
10/7/2007
 
Small Business Set-Aside
N/A
 
Description
Point of Contact is Mrs. Marcee Whisenant, 011-49-6221-172109, marcee.whisenant@us.army.mil A. General Information. The Europe Region (TRBO Europe), a military integrated delivery network, comprised of 55 Army, Navy, and Air Force medical treatment facilities in Germany, Italy, Portugal, Spain, Turkey, United Kingdom, and Southwest Asia announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Conventional Needles and Syringes. The primary objective of this standardization initiative is to standardize the quality of care across this region based on a best value determination for conventional needles and syringes that represents the clinically preferred product or source at the be st possible price. It is also intended that standardized products be obtained through the DoD Prime Vendor Program, via USAMMCE. The major facilities in the Region include but are not limited to Landstuhl Regional Medical Center, U. S. Army Hospital Heidelberg, 48th Medical Group RAF Lakenheath, 52nd Medical Group Spangdahlem, 86th Medical Group Ramstein, 39th Medical Group Incirlik , 65th Medical Group Azores, U. S. Naval Hospital Naples, U. S. Naval Hospital Rota, U. S. Army Health Center - Vicenza, U. S. Army Medical Activity Bavaria, 31st Medical Group Aviano, U. S. Naval Hospital Sigonella, U. S. Army 30th Medical Brigade, and U. S. CENTCOM. This standardization action 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 (DAP A) and a separate commercial agreement with the Prime Vendor for the program. This is pursuant to the DAPA clause by which DAPA holders agree to the standardization process and to allow the Prime Vendor to distribute their items. This is a supplement to t he Prime Vendor Program, and not a contract. For additional information regarding DSCPs Prime vendor program please access their web site at https://dmmonline.dscp.dla.mil. 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 August 2007. The evaluation will be based on clinical, technical, and pricing factors. The award will be determined utilizing Best value/ trade off criteria with pricing being least important. A multiple award is only a possibility if no single vendor can meet the total requirement of the Region. Point of Contact is Mrs. Marcee Whisenant, 011-49-6221-172109, marcee.whisenant@us.army.mil. B. Products & Performance Required. The Europe Region is seeking product line items in the category of Conventional Needles and Syringes. The estimated total annual volume for this product line in the Europe Region is $322,329. This is based on historical prime vendor sales for a 12-month p eriod. At the request of the Europe Region Military Treatment Facilities, vendors will provide product support to sites if requested, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS informa tion, and itemization of the brands, types and packaging information of the products offered by the vendor. C. Instructions to Offerors. DAPA holders interested in participating in this standardization initiative should email their (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to marcee.whisenant@us.army.mil. Submissions must be received prio r to the specified closing date/time of this sources sought notice. Vendors that fail to meet the submittal deadline will be disqualified. All interested offerors are to provide electronic e-mail responses. This process will include vendor requirements for providing electronic responses to technical criteria, for providing complete product literature at no charge for clinical evaluation purposes, and for submitting electronic best price offers. Due to the potential for e-mail to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Europe Region Tri-Service Regional Business Office (TRBO) POC above that its initial submission, literature, and quote actually arrived at the Europe Region TRBO. Each submitting vendor is advised to confirm receipt allowing adequate time for resubmissions before the due date/time should a problem occur with the first submission. As stated above, vendors that fail to meet the submittal deadlines will be disqualified. D. Source Selection Procedures. 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 Europe Region. They are the decision makers for this initiative. Phase I: Technical/Company Evaluation Process. Vendors will be required to provide responses to the technical/company criteria below. The responses will be reviewed under the purview of the Clinical Product Team (CPT) to determine acceptability. All te chnical/company criteria are weighted equally. After review of the technical/company criteria, those qualified vendors who met the criteria will be invited to participate in the clinical/performance evaluation. Phase II: Clinical/Performance Evaluation Process. The CPT determined a literature review evaluation process would be used and will request literature review material for this product group to be clinically evaluated at select Military Treatment Facilit ies. Vendors are required to ship literature to the Europe TRBO. Vendors will be given 10 business days to ship the literature review material. Literature review material must be shipped to the TRBO by COB, 5:00PM EST on the 10th business day after the notice to ship. Vendors failing to ship by the deadline will be disqualified from further consideration in the standardization process. Vendors must forward a verification of shipment to the TRBO. Designated MTFs will evaluate the clinical/performance criteria using a Likert scale of one to five rating. One is equal to not acceptable; two is equal to minimally acceptable; three is equal to acceptable; four is equal to most acceptable; five is equal to highly acceptable. All clinical/performance criteria are weighted equally. The CPT has established a 3.00 clinical acceptability threshold for all product groups. Clinical/performance results lower than 3.00 will not be considered acceptable and will be disqualified from further consideration in the standardization process. Phase III: Pricing Analysis Process. After the technical/company and clinical/performance evaluations are completed and analyzed, all vendors in the clinical evaluation group who met the minimum 3.00 clinical threshold will be asked to submit their best pricing offer based on a committed volume of 80% of the total requirements of the MTFs in the Europe Region. Qualifying vendors will be given ten (10) business days to provide the TRBO their pricing proposals by email in a prescribed format. Vendors fail ing to provide their pricing proposals by the deadline will be disqualified from further consideration in the standardization process. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considered significantly more important than cost or price. As the offers become more technically equal, price will become more important. Pricing will be evaluated bas ed on best value to the government. Pricing proposals are to be founded on a committed volume for a two-year base period with possible one-year option periods not to exceed a total of five (5) years. Vendors that fail to offer an incentive discount from DAPA will be disqualified. 1. Technical/Company Criteria Evaluation. The CPT will review the fol lowing technical/company criteria responses from each vendor and determine acceptability. Acceptability for purposes of evaluation of technical/company criteria: Generally responses to all questions in this section demonstrate that: 1) the business conce rn offering the quote is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; 2) based on the quoters responses, the evaluators have reasonable confidence that the line or products and/or services offered meet the medical standards of care of the community, applicable to such products or services; 3) the quoter has, or is obtaining a DAPA for the items; 4) the quoter has, or is obtaining, an agreement covering the items, with Owens & Minor, the Prime Vendor for the region; and 5) the quoter intends to offer discounts off DAPA for all products included in this standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified); and 6) the quoters information provided is factually correct . Any misrepresentation of information will disqualify the vendor from further consideration. Technical/Company Information: 1. What brand(s) and styles are manufactured and/or distributed for Conventional Needles and Syringes? 2. Does your company have a local vendor representative in the Europe Region? If yes, please provide contact information; name, telephone, and e-mail. 3. What types of educational tools or materials are available for Conventional Needles and Syringes? 4. Does your company provide 24/7 customer service for Europe-based US military facilities? 5. Does your company manufacture and/or distribute a full product line of sterile Conventional Needles and Syringes for single use to include but not limited to: a variety of needles types, sizes, lengths, and volumes, e.g. but not limited to 18, 20, 21, 2 2, 26, 30 gauge needles and syringes, e.g. but not limited to 1cc, 3cc, 5cc, 10cc, insulin etc.? 6. What is your DAPA number or the date that you submitted for a DAPA number for the product line Conventional Needles and Syringes? 7. Will your company offer discounts off DAPA for all products included in this standardization initiative? (Note that vendors that fail to offer a discount from DAPA will be disqualified.) 8. Are your products available through the Prime Vendor Owens & Minor for distribution in the Europe Region? 9. What is the history of back orders and/or recalls for the Conventional Needles and Syringes? If yes, please provide dates, duration, cause, and resolution. 10. Is your company able to provide electronic and hard copy proposed pricing and competitive product cross reference in electronic excel format upon request? 11. What kind of the tip styles for syringes does your company provide? 12. What type of material are your companys syringes and needles made of? 13. Are your Conventional Needles and Syringes latex free and clearly labeled as such? 14. Does your company use non-toxic and color fast dyes for labeling for Conventional Needles and Syringes? 15. Are your companys Conventional Needles and Syringes compatible with each other, all other manufactures, and all needless intravenous accessory and tubing systems? 16. Do your needle packages have a statement for users not to recap needles? 17. Do your insulin syringes have the standard/common orange needle cover? 2. Clinical/Performance Criteria Evaluation. Vendor products will be evaluated by a Clinical Product Team (CPT) comprised of medical professionals from several disciplines using a literature review methodology and the following clinical evaluation criteria. 1. The literature displays the requirement that the syringe barrel allows for easy fluid visibility. 2. The literature displays the requirement that all labeling is easy to read. 3. The literature displays the requirement that the packaging prevents contamination of the product after opening. 4. The literature displays the r equirement that the cap of the needle has a snug fit but is easily removed. 5. The literature displays the requirement that the syringe plunger moves easily within the barrel. 6. The literature displays the requirement that the standards for needle sharpness and bevel definition are met. 7. The literature displays the requirement that the attachment of the needle to the syringe is easy and secure. 8. The literature displays the requirement that the syringe is compatible with needle-less systems. 9. The literature displays the requirement that the package is easy to open and allows for aseptic delivery to the sterile field. 10. The literature displays the requirement that the size and type of the device is easily identified from the packaging. 11. The literature displays the requirement that the needles and syringes are stable during assembly. 12. The literature displays the requirement that the needles provide a clear view of the injection site and needle tip. 13. The literature displays the requirement that the scale on the barrel of insulin syringes are in units, easily legible with large numbers with ink that is not easy to rub off during use.
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01344498-W 20070719/070717221623 (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.