SOURCES SOUGHT
65 -- Request for Regional Incentive Agreement Quotation for the standardization of the CONTRAST MEDIA product line
- Notice Date
- 2/16/2007
- 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
- DADA09-07-T9003
- Response Due
- 3/12/2007
- Archive Date
- 5/11/2007
- Small Business Set-Aside
- N/A
- Description
- General Information Description: The TRICARE Central Region, a military integrated delivery network comprised of 44 Army, Navy, and Air Force medical treatment facilities (MTFs) in the states of Arizona, Arkansas, Colorado, Idaho, Kansas, Louisiana, Missouri, Oklahoma, Nebraska, Nevada, New Mexico, North Dakota, South Dakota, Texas, Utah, and Wyoming, announces a Request for Regional Incentive Agreement Quotation for the standardization of the CONTRAST MEDIA product line. The intent of this standard ization is to establish regionally preferred sources for hospital supply items and to standardize purchasing of these products for the MTFs. This initiative 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) AN D a separate commercial agreement with the DoD Prime Vendor(s) 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 t he Prime Vendor program and it is NOT a contract. For additional information regarding DSCPs Prime Vendor program please access the web site at: https://dmmonline.dscp.dla.mil . The Tri-Service Regional Business Office (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 o ption periods. The anticipated award date is 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/trade-off criteria. Products and Performance Required: The region is seeking a vendor that can supply a full line of Contrast Media products and delivery systems using material to perform Computed Tomography Scans, Magnetic Resonance Imaging, Intravenous Pyelograms, and Angiography. Products must include low osmolar (nonionic) contrast and gadolinium chelate contrast. The estimated total volume for this region in this product line is $448,000 based on historical sales for a 12-month period. At the request of the Central Regions MTFs, vendors will provide on-site support and in-servicing, education resources and tools for clinical use of the product, conversion information, prime vendor numbers, MSDS information, and itemization of brands, ty pes and packaging information of the products offered by the vendor. Instructions to All Offerors Respondents must provide detailed information on Contrast Media which clearly outline the requirements stated within this notice along with an electronic copy of your published literature to support all responses by close of business on 12 March 2007. Tho se companies that do not respond by this date may be eliminated from consideration. In addition, all interested offerors should send hard copy the following information: Company name, point of contact, address, phone number, fax, email address, solicitati on number, DAPA number and complete answers to technical criteria via mail to Ms. Sarah Allen, Tri-Service Regional Business Office, 7800 IH-10 West, Suite 220, San Antonio TX 78230. If your company is not a current DAPA holder for this product line, you may still be eligible to participate in this standardization effort for this region by contacting DSCP, Ms Kim Nichols at (215) 737-7124 or email Kim.nichols@dla.mil to apply for a DAP A. Your company will be considered once DAPA paperwork is pending at DSCP and you provide your DSCP log number to the TRBO. For further questions, please call Ms. Sarah Allen at (210) 292-3287 or email sarah.allen.ctr@sa-msmo.tma.osd.mil prior to the closing date of this solicitation. Evaluation Criteria The evaluation criteria will be bas ed upon a combination of clinical and technical factors and pricing considerations. Clinical and technical criteria are more important than pricing. The Tri-Service Product Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logistician from MTFs in the Central Region. They will make the best value recommendations for this product line subsequ ent to the technical and clinical evaluation/recommendations by the clinical product team (CPT). The CPT, comprised of medical professionals from several disciplines, will evaluate Contrast Media products and recommend the preferred product based upon the technical and clinical evaluation of the products. Vendors will be required to provide responses to the technical criteria. The TRBO and CPT will review the responses and determine acceptability. Technical Criteria Evaluation The TRBO and CPT will review the following technical criteria responses from each vendor and determine acceptability: 1. Vendor has a distribution and pricing agreement (DAPA) for Contrast Media and provides the DAPA number to the TRBO. 2. Vendor has a distribution agreement with the prime vendor: Cardinal Health 3. Vendor offers education resources and tools for clinical use of products, if applicable 4. Vendor is able to supply participating MTFs in Central Region 5. Vendor is able to provide on-site support and in-servicing to the region when applicable 6. Vendor will provide the conversion prime vendor order numbers 7. Vendor will itemize the brand(s)/styles of contrast media manufactured and/or distributed 8. Vendor will provide a history of backorders or recalls 9. Vendor will provide material safety data sheet (MSDS) information 10. Vendor will list the industry production and safety standards used in manufacturing their products and provide the information on production standards. 11. Vendor will provide return goods policy and attach a copy of that policy. 12. Vendor will provide a name and contact information for the local vendor representative and a toll free customer service number for each of the accounts. 13. Vendor will provide latex free products, when applicable 14. Vendor will provide a clearly identifiable expiration date on the products 15. Vendor will provide a full line of product and delivery systems using material to perform Computed Tomography Scans, Magnetic Resonance Imaging, Intravenous Pyelograms, and Angiography 16. Vendors products must include low osmolar (nonionic) contrast and gadolinium chelate contrast. Clinical Criteria Evaluation Following acceptability of the technical criteria, the TRBO, on behalf of the CPT, will request samples from the product group to be evaluated at selected MTFs. Pricing will be evaluated based on best value to the government and will be based on a committ ed volume for a two-year period with possible one-year option periods (not to exceed 5 years). The CPT, comprised of medical professionals from several disciplines, will evaluate Contrast Media products and recommend the preferred product based upon clini cal evaluation of the products. Clinical factors will be weighted more heavily than price, weighted equally on a Likert scale from 1 (worst) to 5 (best). Minimum clinical acceptability is considered a total average score of 2 or above. 1. Products have low adverse reaction potential 2. Products provide optimal image quality, imaging enhancement pattern, and intravascular opacification (arterial, portal venous, systemic venous) 3. Ease of 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
- Zip Code: 78234-6200
- Record
- SN01234092-W 20070218/070216223123 (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 |