Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOURCES SOUGHT

65 -- The Pacific Region Tri-Service Regional Business Office (TRBO) Region 12 announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Sequential Compression Devices, Sleeves & Attachments.

Notice Date
3/29/2010
 
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
W81K02-10-T-3108
 
Response Due
4/19/2010
 
Archive Date
6/18/2010
 
Point of Contact
Mary L. Summers, 8084333686
 
E-Mail Address
Pacific Regional Contr Ofc TAMC
(mary.summers1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Pacific Region Tri-Service Regional Business Office (TRBO) Region 12 announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Sequential Compression Devices, Sleeves & Attachments. The primary objective of this program is to standardize the quality of care across the regions based on the critical balance of clinical efficacy and value. It is intended for this initiative to result in the standardization of a clinically preferred product and source at the best possible price. It is also intended that standardized products be obtained through the Department of Defense Prime Vendor Program. As a clinically driven program, vendors and products must meet specific technical criteria plus products must meet or exceed specific clinical performance expectations as a primary consideration. Selection will be based clinical, technical, and pricing factors. The selection will be determined utilizing best value/trade-off criteria. The major Medical Treatment Facilities (MTFs) in the Pacific Region, TRBO Region 12 area include but are not limited to Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, MEDDAC-K Seoul, 374th Medical Group Yokota Air Base, 18th Medical Group Kadena Air Base. 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 Agreement (DAPA) and a separate commercial agreement with the Prime Vendor for the program, Cardinal Health. 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 supplement 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 resulting Regional Incentive Agreement (RIA) will be for a base period of two years (24 months) from date of selection with three one-year (12 months) option periods. Anticipated selection date is June 2010. Products and vendors that pass the technical criteria and pass the clinical performance expectations will be considered clinically preferred products and sources. Among these clinically preferred products and sources price will be the determining factor for this initiative. The selection of a single vendor is anticipated. However, if no single vendor can meet the total requirement of the Region, the Government reserves the right to make two or more selections for RIAs. In this event, selection would be based on a combination of MTF clinical preference and product availability. Point of Contact: Mary Summers, TRBO Technical Director 808-433-3686, mary.summers1@us.army.mil Cheryl Janus, RN, 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 Sequential Compression Devices, Sleeves & Attachments which at a minimum includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $101,764.74. This forecast is based on historical prime vendor sales during a recent 12-month period. The top 10 high volume usage lines for this project include: At the request of the Pacific Region MTFs, vendors will provide conversion information, prime vendor order numbers, and itemization of the brands, types, and packaging information of the products supplied by the vendor. C. Instructions to Vendors Vendors interested in participating in this standardization initiative should email their (1) Company name and address, (2) Point of Contact (POC) (Name and Phone Number, Fax Number, and E-mail address) to mary.summers1@us.army.mil and cheryl.janus@amedd.army.mil. and (3) Identification of the RFQRIA to which the vendor is responding. Submissions must be received by 5:00 post meridiem (p.m.) Hawaii Standard Time (HST) on the specified closing date/time of this solicitation. Vendors that fail to meet this submittal deadline will be disqualified from participating. In a one step notification process, the Pacific Region TRBO will request responses to the technical/company criteria, no charge literature, no charge sample sets, and best available pricing from each interested vendor. Vendors will have 30 calendar days to 1.) respond to the Pacific Region TRBO with their responses to the technical/company criteria and submission of best value price quotes; and 2.) deliver no charge literature and no charge sample sets to all participating MTFs. No charge literature and no charge samples must be received by the participating MTFs by close of business (COB) 5:00 PM HST, 30 days after the date of request to supply samples. All vendors must send the Pacific TRBO verification regarding the date of shipment. Vendor responses to the technical criteria must be in a prescribed electronic spreadsheet format that will be provided by the Pacific Region TRBO. Best value pricing must be in a prescribed electronic spreadsheet format, based upon the total requirements of the Pacific Region. Vendors that fail to respond to the technical criteria, fail to provide a price quote or fail to deliver the no charge literature and no charge sample sets within the time prescribed will be disqualified from further consideration. Vendors that have been disqualified will be notified in writing by email at the conclusion of the process. Vendor quotes should contain the vendor's best product matches for the products or product lines requested in this announcement. Vendor quotes should contain the vendor's best responses to all technical criteria listed in this announcement. Vendor quotes should contain the vendor's best tiered-pricing discounts off of the vendor's DAPA pricing based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region. As this process will require vendors to submit certain information electronically, vendors are strongly encouraged to confirm with the Regional POC (stated above) that their electronic submissions have arrived at the Regional TRBO. Vendors are advised to confirm receipt, allowing adequate time for resubmission before the deadline, should a problem have occurred with the first submission. All e-mails must be digitally signed. The no charge samples to be provided are as follows: Sequential Compression Devices, Sleeves & Attachments: a) Three (3) compressors with devices for hanging the compressors off the end of the bed/gurney. b) Ten (10) thigh compression sleeves/cuffs c) Ten (10) calf compression sleeves/cuffs d) Ten (10) foot compression sleeves/cuffs e) Thirty (30) pairs connecting tubing The no charge literature and no charge sample sets are required to be shipped to the following: Region Pacific TRBO Region 12 Tripler Army Medical Center ATTN: Mr. Rob Lumas, RN & George Fitzgerald & Major B. Ladd, MS, USA TPRB Evaluation Samples Logistics Division, Materiel Branch Bldg 161 Krukowski Road Honolulu, Hawaii 96859-5000 (808) 433-5718 The region intends to evaluate quotes and select a vendor or vendors, on initial submission/quote, without discussion. However, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. The Region reserves the right to reject all quotes and cancel the RFQRIA if it is determined to be in the governments best interest. Price will be analyzed based on the vendors anticipated Post Standardization Costs. Post standardization costs will be calculated for each vendor by applying the vendors offered prices to the anticipated annual usage of the region. Unmatched items will be represented in the Post Standardization Cost at the current suppliers non-discounted price. Among the products and sources that are determined to be clinically preferred, the best price (Post Standardization Cost) will be the deciding factor. D. Source Selection Procedures The Tri-Service Product Review Board (TPRB) for the Pacific Region is the governing bodies of the standardization process and program. This board includes clinicians and logisticians from the MTFs within the Pacific Region. The board is chaired by the Designated Senior Logistician (DSL). They are the deciding officials for this initiative. The Pacific Region TPRB is Co-Chaired by a physician from Naval Hospital Yokosuka and an Air Force Nurse Corps officer assigned to the Hawaii Multi-Service Marketing Management Office (MSMMO). The Region intends to evaluate quotes and select a vendor or vendor(s), without discussion. E. Technical Criteria Evaluations The vendors responses to the technical criteria will be reviewed for acceptability. Acceptability is defined as follows: 1) based on the vendors responses, the evaluators have reasonable confidence that the vendor can meet the standard of each technical criterion; 2.) based on the vendors responses, the evaluators have reasonable confidence that the line of products and/or services submitted meet the medical standards of care of the community that are applicable to such products or services; and 3) the information provided by the vendor is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. Failure to provide any requested information will disqualify the vendor from further consideration. Vendors must achieve an acceptable rating on their responses to the technical criteria for continued consideration in this initiative. Vendors who do not achieve an acceptable rating will be disqualified. F. Technical/Company Criteria The TPRB and CPTs consists of physicians, pharmacists, nurses, allied health professionals, and technicians from the Pacific Region MTFs. During the pre-source selection procedures, the TPRB and CPT validated/approved the equally weighted company/technical criteria outlined below. 1.Vendors must manufacture and/or distribute a complete product line of Sequential Compression Devices, Sleeves & Attachments. A complete line of product is defined as the MTFs requirements for usage items in the product line. Usage items are defined in the Medical Surgical Prime Vendor contract statement of work as DAPA items ordered at least once per month, and at least one unit per order. At a minimum, This product line includes but is not limited to the Compressor/Pump device w/hanger for bed or gurney; thigh sleeve/cuff, calf sleeve/cuff and foot sleeve/cuff; connecting compressor tubing which provides either single or duo limb compression. Vendors are required to supply all items listed in all sizes/applications listed. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for Sequential Compression Devices, Sleeves & Attachments. Provide the DAPA number or proof of the application process with the initial submittal. This information is to be provided in response to the Technical/Company Criteria worksheet provided to the vendor. 3. Vendors must have an agreement with the Medical/Surgical Prime Vendor for the Pacific Region, Cardinal Healthcare. This information is to be provided in response to the Technical/Company Criteria worksheet provided to the vendor. 4.Vendors must submit discounts off DAPA for all products included in this standardization initiative. Vendors that fail to submit a discount from DAPA will be disqualified. Where lower uncommitted FSS prices are available. DAPA holders are required by previous agreement to provide the uncommitted FSS price as the DAPA price. Vendors shall not quote uncommitted FSS prices as the discounted price for purposes of this standardization initiative. 5.Vendors must provide latex free disposable single patient use compression sleeves/cuffs. 6.Vendors must provide latex free connecting tubing from the sleeves/cuffs to the compressor/pump. 7.Vendors must provide a visual LED display on the compressor/pump device which indicates pump function. 8.Vendors must provide an audible and visual alarm system on the compressor/pump. 9.Vendor, upon the award of the Regional Incentive Agreement for the Pacific Region, will provide the compressor/pumps, at no cost to the MTFs. 10.Vendor, upon the award of the Regional Incentive Agreement for the Pacific Region, will provide on site inservice support for the Medical Treatment Facilities in Hawaii and WESTPAC. Failure to provide this inservice direct support to the Pacific Region MTFs will result in disqualification. G. Clinical Performance Evaluation: In the pre-source selection procedures above, the TPRB and CPT members determined/approved that both product literature and sample sets are required for the evaluation in a clinical/pharmaceutical setting. Based on this determination, the following procedures apply. The Pacific Region has previously experienced loss of sample devices and equipment, when shipping equipment and devices to the OCONUS facilities for evaluation purposes. To mitigate this risk, and decrease equipment losses for the competing vendors, the region has selected to have the largest MTF in the Pacific Region perform the actual clinical evaluations, and to have the Pacific Region TPRB members utilize the scientific/academic process of peer review for the clinical outcome data (from TAMC), and the literature and empirical performance data from the vendors. The efficacy of this process is well defined by all professional disciplines and has been selected by the Pacific Region TPRB members and is supported by the DSL as a reasonable and appropriate option for this product group. The evaluation process will be an integration between these two activities: 1.The clinical patient evaluation experience which will be performed at Tripler Army Medical Center, Hawaii by the CPT members. This is the largest tertiary care Medical Treatment Facility in the Pacific Region. The acceptable responding vendors will be at the site providing inservice guidance, for one week, with their respective devices and sleeves. The evaluation results will be collated by the TRBO and submitted to the TPRB members, Pacific Region for their review. 2.The literature and empirical scientific performance data, requested from each participating vendor, will have been distributed to both the Tripler Army Medical Centers CPT members and clinicians performing the onsite evaluation as well as the Pacific Region TRPB members. The Pacific Region TPRB members will review the literature and the empirical performance data, consider the clinical evaluation outcome data from Tripler Army Medical Center and submit their vote. 3.The TRBO office will request no-cost, sample sets from the vendors to be delivered directly to the participating MTF, Tripler Army Medical Center, Hawaii. Vendors will be given 30 calendar days to deliver the literature and samples for clinical evaluation and review. Literature and product samples must be shipped to arrive at the MTFs by COB, 5:00PM Hawaii Standard Time (HST), 30 calendar days after the notice to ship. Vendors who do not meet the deadline to deliver the literature and product samples by the deadline will be disqualified from this standardization initiative. 4. All vendors must send the Pacific Region TRBO verification regarding the shipment of literature and samples. This information will include the date of shipment and tracking numbers and the carrier used by the vendor. All literature and samples MUST be shipped via FedEx or UPS or DHL. 5. Vendors will provide the following samples: a) Three (3) compressors with devices for hanging the compressors off the end of the bed/gurney b) Ten (10) thigh compression sleeves/cuffs c) Ten (10) calf compression sleeves/cuffs d) Ten (10) foot compression sleeves/cuffs e) Thirty (30) pairs connecting tubing Failure to provide this defined product line will result in disqualification from the process. 6. The CPT will evaluate each vendors literature and samples against the Clinical performance criteria in a non-clinical/non-patient care setting. All clinical/performance criteria are weighted equally. The clinical evaluation period will last three weeks and take place in a clinical setting. The evaluation responses will be in a Likert type scale with a 1-5 scoring range. The scale descriptors are: One (1) = Strongly Disagree; Two (2) = Disagree; Three (3) = Neutral; Four (4) = Agree; and Five (5) = Strongly Agree. The CPT will send the completed evaluations to the TRBO for data entry and analysis and the results will be forwarded to the TPRB for review. Clinical/performance evaluations will be tabulated by the Pacific Region TRBO, and results will be forwarded to the Pacific Region TPRB members for final review. H. Clinical/Performance Criteria: 1.Inner lining of the sleeve/cuff is smooth, soft and nonabrasive to the patients skin. (Addresses Patient Safety and Comfort) a.Patients skin integrity can be fragile and a rough material can be abrasive and scratch the skin breaking the first defensive barrier of the body b.This will be evaluated in a patient care setting c.Evaluator will visually inspect patients skin and question patient 2.All adjoining seams of the sleeve/cuff are smooth and non-irritating to patients skin (Addresses patient safety and comfort) a.Patients skin integrity can be fragile and a rough material can be abrasive and scratch the skin breaking the first defensive barrier of the body b.This will be evaluated in a patient care setting c.Evaluator will visually inspect patients skin and question patient 3.Sleeve/Cuff will fasten to limb (thigh, calf or foot) easily and can be adjusted easily. (Addresses patient comfort, patient safety and therapeutic efficiencies) a.The correct alignment of the device is critical for the overall effectiveness of the device. b.This will be evaluated in a patient care setting c.Evaluator will apply the sleeve/cuff and determine the adjustments required. 4.Pump is quiet with minimal vibration.(Addresses patient comfort) a.Vibration conducted through the bed frame or a loud humming machine noise can disturb the patients ability to sleep/rest. Sleep and rest are critical elements to successful patient recovery. b.This will be evaluated in a patient care setting c.Evaluator will directly observe the pump and question the patient. 5.Pump hangs securely off the end or side of the bed; or the end of the gurney. (Addresses patient safety, longevity of the pump and cost of care) a.An insecure pump can fall, break and interrupt the therapeutic process to the patient b.This will be evaluated in a patient care setting c.Evaluator will directly observe for a secure placement of the pump
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-10-T-3108/listing.html)
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
 
Record
SN02105120-W 20100331/100329234628-2278a534c4b14d7dec070707c4554a90 (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.