SOURCES SOUGHT
65 -- Standardization of Trocars for TRICARE Pacific Region, a military integrated delivery network (IDN), comprised of Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Korea, Japan, and Okinawa
- Notice Date
- 3/13/2007
- 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
- W81K02-07-T-3011
- Response Due
- 4/6/2007
- Archive Date
- 6/5/2007
- Small Business Set-Aside
- N/A
- Description
- A. General Information TRICARE Pacific Region, a military integrated delivery network, comprised of 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 Trocars. The major facilities in the 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, 121st Combat Support Hospital Se oul, 374th Medical Group, Yokota AB, and 18th Medical Group Kadena AB. 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 DSCPs 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 December 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 Susan Hwang, 808-433-3686, susan.hwang@amedd.army.mil B. Products & Performance Required The Pacific Region is seeking product line items in the category of Trocars. The estimated total volume for this region for this product line is $193,989.00. This is based on historical prime vendor sales for a 12-month period. At the request of the Pacific 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, email your (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, and E-mail address) to susan.hwang@amedd.army.mil 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. 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 Pacific Region. They are the decision makers for thi s 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, those vendors who meet the criteria will be invited to particip ate in the clinical/performance evaluation. The TPRB will request samples from the product group to be clinically evaluated at select Military Treatment Facilities. Vendors are required to ship samples direct to the MTFs. 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. The MTFs will evaluate the clinical/performance criteria using a likert like one to five rating scale. One is equal to not acceptable and five is equal to highly acceptabl e. 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 standard ization 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 based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region. 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 year s). 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 and/or distribute a complete line of Trocars? 2. Are your products available through the Prime Vendor, Cardinal Health? 3. What is your DAPA number for this product line? 4. Under what brand(s) does your company manufacture or distribute your product? 5. Under what standards is your product manufactured? 6. Under what regulatory and/or advisory agency are your products classified? Are your products approved by these agencies? 7. Please provide a list of the products your company offers for this product line. 8. Are your products latex free? 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 24/7 customer service? 12. Is there any history of backorders, recalls, and/or adverse events for this product line? If yes, please provide dates and duration, cause, and resolution 13. What size range of instruments will a single trocar accommodate? 14. What procedures do users follow to report product failures, and how does your company respond to them? 2. Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products based upon on the following evaluation criteria to determine acceptability. 1. Product is easy to identify from package. 2. Product is easy to open. 3. Product allows for aseptic delivery to a sterile field. 4. Product performs as it is designed to. 5. Product is easy to handle. 6. Penetrates abdominal wall easily 7. Product safety features prevent injury to the patient 8. Product maintained placement with no leakage from entry site. 9. Instruments/scopes fit through the trocar for the size specified. 10. Seals allow adaptability to all size scopes/instruments
- 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
- Zip Code: 96859-5000
- Record
- SN01249929-W 20070315/070313221156 (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 |