Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2007 FBO #2165
SOURCES SOUGHT

65 -- Standardization of Surgical Masks for the Pacific Region-TRBO Region 12, a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Korea

Notice Date
10/29/2007
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
W81K02-08-T-3001
 
Response Due
11/19/2007
 
Archive Date
1/18/2008
 
Point of Contact
Susan Hwang, 808-433-3686
 
E-Mail Address
Email your questions to Pacific Regional Contr Ofc TAMC
(susan.hwang@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A. General Information The Pacific Region-TRBO Region 12, a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Korea announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Surgical Masks. The primary objective of this standardization initiative is to achieve a best value determination that represents the clinically preferred product or source at the best possible price. It is also intended that standardized product be obtained through the D oD Prime Vendor 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 the 121st Combat Support Hospital, Korea. 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 Agreemen t (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 s upplement 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 agreement will be for a base period of two years (24 months) from date of award with three 12-month option periods. Anticipated award date is June 2008. The evaluation will be based on clinical, technical, and pricing factors. The award will be determi ned utilizing best value/ trade off criteria. Point of Contact: Cheryl Janus, 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 Surgical Masks - Standard Face Masks and Face Masks with Face Shields. For this product line, the yearly estimated total usage/forecasted requirement for this region is $297,055. This for ecast is based on historical prime vendor sales for a 12-month period. C. Instructions to Quoters: 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 cheryl.janus@amedd.army.mil. Submissions must be received prior to the specified closing date/time of this solicitation. Failure to meet the submittal deadline will result in exclusion. This process will include vendor requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offers. Due to the potential for email to be lost in transmission from network s ecurity, etc., vendors are strongly encouraged to confirm with the Regional POC that their initial submission, quote, and literature actually arrived at the Region 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. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logisticians from the Military Treatment Facilities within the Pacific Region. They are the deciding officials for this in itiative. The Region intends to evaluate quotes and select a vendor or vendor(s), without discussions. Vendor quotes should contain the vendors best product matches for the products or product lines requested in this announcement. Vendor quotes should contain the v endors best responses to all technical and/or company questions listed in this announcement. Vend or quotes should contain the vendors best tiered-pricing discounts off the vendors 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 discuss ions and request revised quotes, if it is determined to be necessary. If a down-selection is made during the evaluation process, the Region may limit the number of quotes to the greatest number that will permit efficient competition among vendors. Phase I: Vendors will be required to provide responses to the technical/company criteria. The responses will be reviewed under the purview of the TPRB to determine acceptability. All technical/company criteria are weighted equally. After review of the tech nical/company criteria, those vendors who meet these criteria will be invited to participate in the clinical/performance evaluation. Phase II: The TPRB will request samples from the product group to be clinically evaluated at the Pacific Region TPRB Annual Meeting in Guam, 16-17 January 2008. Vendors are required to ship samples direct to Naval Hospital, Guam. Vendors will be given 15 business days to ship samples. Samples must be shipped to arrive at the MTF by COB, 4PM local time, on the (15th) business day after the notice to ship. Vendors failing to deliver by the deadline will be excluded from further consideration in the standard ization process. The TPRB Annual Meeting Attendees will evaluate the clinical/performance criteria using a Likert type scale, using a one to five rating. One is equal to not acceptable, three is equal to acceptable, and five is equal to highly acceptable. All clinical/perf ormance criteria are weighted equally. The Government reserves the right to conduct evaluations in either a non-clinical or clinical setting or both. Phase III. After the clinical/performance evaluation are completed and analyzed, all vendors will be asked to submit their best pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region. Clinical/performance and technical/company 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). Failure to offer a discount off the DAPA price will result in exclusion. 1. Technical/Company Criteria Evaluation The TPRB will review the following technical 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 concern 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 Cardinal Health, the P rime Vendor for the region; 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 f actually correct (any misrepresentation of information will disqualify the vendor from further consideration.) 1. Your company is required to provide a complete line of Surgical Masks to include standard surgical masks and face shield surgical masks. Provide a list of the products your company offers in this product line and the brand name. 2. Your products must be available through the Prime Vendor, Cardinal Health. 3. Your company must have a DAPA number or is in the process of obt aining a DAPA. 4. Your product line must be latex free and this must be indicated on the packaging of the product. 5. Your company must provide product literature for this product line. 6. We require 24/7 product support. Describe how your company will do this. 7. Your company is required to offer prices lower than your DAPA or you will be disqualified. 8. We require your products to meet the filtration standards set by OSHA & NIOSH. 9. We require your products to meet the fluid resistance standards set by the American Society for Testing and Materials (ASTM) F1862 2. Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) will be comprised of medical professionals from multiple disciplines who are in attendance at the Pacific Region Annual Meeting. They will evaluate the products based upon on the following evaluation criteria to determine acce ptability. Clinical/Performance Criteria: Surgical Mask 1. Mask material does not lint. 2. Mask ties are securely attached to the mask. 3. Mask ties stay tied. 4. Mask ties are long enough to tie securely and not pull on mask. 5. Nose bridge device is easily pinched into place. 6. Nose bridge device retains its shape after securing it to the nose bridge. 7. Nose bridge device does not cause redness or damage the skin of the nose. 8. Mask covers the face from the nose to under the chin area without having to pull excessively. 9. Sides of mask lie comfortably against the face. 10. Sides of mask lie against the face, not away from face allowing for open pockets. 11. Mask does not have an onerous odor. Clinical/Performance Criteria: Surgical Mask with Shield 1. Mask material does not lint. 2. Mask ties are securely attached to the mask. 3. Mask ties stay tied. 4. Mask ties are long enough to tie securely and not pull on mask. 5. Nose bridge device is easily pinched into place. 6. Nose bridge device retains its shape after securing it to the nose bridge. 7. Nose bridge device does not cause redness or damage the skin of the nose. 8. Mask covers the face from the nose to under the chin area without having to pull excessively. 9. Sides of mask lie comfortably against the face. 10. Sides of mask lie against the face, not away from face allowing for open pockets. 11. Mask does not have an onerous odor. 12. Shield allows for clear vision. 13. Shield maintains shape and is not distorted by tying mask ties. 14. Shield maintains shape and does not fold into upper face and eye area. 15. Shield does not distort objects when viewed through the shield.
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN01442566-W 20071031/071029223631 (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.