SOURCES SOUGHT
65 -- Blood Collection Tubes
- Notice Date
- 4/16/2007
- Notice Type
- Sources Sought
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-07-0008
- Response Due
- 5/16/2007
- Archive Date
- 7/15/2007
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. FOR FURTHER INFORMATION CONTACT MS VIRGINIA (GINNY) SLAYTON @ 706-787-2019 or Virginia.Slayton@us.army.mil Potential sources sought to participate in a multi-regional standardization of Blood Collection Tubes. A. General Information: TRICARE Southeast and Central Regions, a military integrated delivery network, comprised of Army, Navy, Air Force, Marine Corps and Coast Guard medical treatment facilities (MTFs) in the states of states of Alabama, Georgia, Florida, Mississippi, Sout h Carolina, Tennessee, Arizona, Arkansas, Colorado, Idaho, Kansas, Louisiana, Missouri, Oklahoma, Nebraska, Nevada, New Mexico, North Dakota, South Dakota, Utah, and Wyoming, and Texas announces a Request for Regional Incentive Agreement Quotation (REFRIAQ ) for the standardization of Blood Collection Tubes. The primary objective of this standardization initiative is to achieve a best value determination for Blood Collection Tubes that represents the clinically preferred product or source(s) at the best possible price. It is also intended that standardize d product be obtained through the DoD Prime Vendor Program. The major facilities in the Southeast area includes: MacDill AFB, FL, Eglin AFB, FL, Keesler AFB, MS, FT Benning, GA, FT Gordon, GA, FT Stewart, GA, FT Jackson, SC, Naval Hospital Jacksonville, FL, Naval Hospital Beaufort, SC, and Naval Hospital Pensa cola, FL. The major facilities in the Central Region area include: Brooke Army Medical Center, FT Sam Houston TX., Wilford Hall Medical Center, Lackland AFB, TX, Darnall Army Medical Center, FT Hood, TX, Reynolds ACH Fort Sill, OK., William Beaumont Army Medical Center, FT Bliss, TX., 10th Medical Group USAF Academy, CO., Evans ACH Fort Carson CO., FT General Leonard Wood ACH, MO., FT Riley, KS, 99th Medical Group Nellis AFB, NV., and Bayne-Jones ACH, FT Polk, LA. 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 Agree ment (DAPA) with the Defense Supply Center Philadelphia (DSCP) AND A separate commercial agreement with the 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 V endors 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 the web site at: https://dmmonline.dscp.dla.mil. The Southeast Region has been designated as the Lead TRBO for this standardization action. The agreement with incentive pricing will be based on a committed volume for a base period of two (2) years (24 months) from the date of award with three (3) - 1 2 month option periods (not to exceed 5 years). A single award is intended in this project; however, the Southeast and Central Regions acknowledge the possibility of more than one award for this agreement. Anticipated award date is September 2007. The ev aluation will be based on clinical/performance, technical/company, and pricing factors. The award will be determined utilizing Best Value/trade off criteria. Point of Contact is Ginny Slayton, (706) 787-2019, Virginia.slayton@us.army.mil. B. Products & Performance Required The Southeast and Central Regions are seeking product lines in the category of Blood Collection Tubes. The estimated total volume for Blood Collection Tubes is $783,534.63. This is based on the historical prime vendor sales for a 12-month period for both regions. The individual estimated total volume per region is: Southeast-$256,820.73 and Central-$52 6,713.90. At the request of the Southeast and Central Region MTFs, vendors will provide on-site support and in-servicing, educational resources and tools for clinical us e of the product, conversion information, prime vendor order numbers, and itemization of the brand, types and packaging information of the products offered by the vendor. C. Instructions to Offerors D. If your are interested in participating in this standardization, you must provide all detailed information on Blood Collection Tubes, which clearly outline the requirements stated within this notice along with a copy of your literature to support all responses by 4:30 P.M. EDT on the date listed for closing on the FBO announcement. Vendors that fail to meet the response date and time will be disqualified. All interested offerors are to provide electronically responses by email. Send all corresponding information along with the following: Company name, point of contact, address, phone number, fax, email address, Solicitation Number, Complete answers, and electronic set of literature for Blood Collection Tubes, to Ginny Slayton, Virginia.slayton@us.army.mil. (706) 787-2019 prior to the closing date of this solicitation in order to remain competitive. This process will include vendor requirements of electronic responses to technical/company criteria, no charge literature samples for clinical/performance evaluation, and submission of electronic best price offers based upon single and the potential for more than one award. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the Southeast Region TRBO that its quote and literature actually arrived at the Region via email. We strongly recommend that each submitting vendor confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. D. Evaluation Criteria The Tri-Service Product Review Boards (TPRB) for all participating regions is the governing board of the standardization process. This board includes clinicians and logisticians from 12 MTFs in the Southeast and Central Regions. They are the final dec ision makers for this initiative. Phase I - Vendors will be required to provide responses to the technical criteria/company criteria. The Clinical Product Team (CPT) comprised of medical professionals from several disciplines will review the responses and determine acceptability. After r eview of technical/company criteria, those vendors who meet the criteria will be invited to participate in the clinical/performance evaluation. Phase II - The Southeast Region TRBO will request the vendors literature from the product group to be clinically evaluated at selected MTFs. Vendors are required to ship literature direct to the MTFs. Vendors will be given 10 business days from the issue of the notice to ship literature. Vendors who do not send Literature by 5:00 P.M. EDT or 4:00 P.M. CDT on the 10th business day will be disqualified from the standardization process. Specific MTFs will evaluate the clinical/performance criteria using a Likert scale using a one to five rating. One is equal to not acceptable and five is equal to highly acceptable. All criteria are weighted equally. The CPT has set a 3.0 minimally acceptability threshold for all product groups. Clinical/performance results lower than a 3.0 will not be considered acceptable and will be disqualified from further consideration in the standardization process. Phase III - After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who met the 3.0 threshold will be asked to submit their best pricing offer based on committed volume of 80% of the total requirem ents of the MTFs in the Southeast and Central Regions. Vendors will also be asked to submit their best pricing offer based on the committed volume of 80% of individual regional requirements in the event of more than one award. Clinical/performance factors will be weighted more heavily than price. Pricing wi ll be evaluated based on the 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) for all regions. Vendors that fail to offer an incentive discount from DA PA will be disqualified. a. Phase I - Technical/Company Criteria Evaluation The CPTs will review the following 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 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 a DAPA for Blood Collection Tubes; 4) the quoter has agreements covering the items, with Owens & Minor (Southeast) and with Ca rdinal (Central), the Prime Vendors for the regions; 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 quote rs information provided is factually correct (any misrepresentation of information will disqualify the vendor from further consideration.) Vendors must respond with the following Phase I technical/company criteria: a. Vendor(s) must have and provide their DAPA number for Blood Collection Tubes. b. Will your company offer discounts off DAPA for all products included in this standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified)? c. Vendor(s) must have a separate agreement with Owens & Minor for distribution in the Southeast Region. Must Provide your prime vendor conversion number. d. Vendor(s) must have a separate agreement with Cardinal Healthcare for distribution in the Central Region. Must Provide your prime vendor conversion number. e. Vendor(s) must provide and attach a copy of all their itemized brand(s) and styles that are manufactured and/or distributed for Blood Collection Tubes. f. Vendor(s) will list the industry production and safety standards used in the manufacturing of their Blood Collection Tubes. g. Vendor(s) must identify if company has had history of back orders and/or recalls for the Blood Collection Tubes. Explaining the a) dates and duration b) cause, c) resolution. h. Vendor(s) will attach and provide company return goods policy & all warranties. i. Vendor(s) will attach and provide name & contact information for the local vendor representative in both regions; and 1-800 number for Customer Service for each of the accounts in all participating Regions. Attach a copy of local representatives. j. Vendor(s) must identify types of educational tools or materials available for Blood Collection Tubes. k. Vendor(s) must identify what kind of staff training their company provides. l. Vendor(s) must identify if their company provides 24/7 customer service. m. Vendor(s) must be able to provide electronic and hard copy proposed pricing and competitive product cross reference in electronic excel format upon request. n. Vendor(s) must be able to provide a full product line of Blood Collection Tubes to include but not limited to: a variety of Blood Collection Tube types and volumes, e.g. adult tubes, pediatric tubes, and neonatal (bullet) tubes. o. Literature should indicate that your Blood Collection Tubes are FDA approved for use in all laboratory testing. Attach a copy of literature. p. Literature should indicate that your Blood Collection Tubes are made of plastic or a shatterproof material. Attach a copy of literature. b. Phase II Clinical/Performance Criteria Evaluation A Clinical Product T eam (CPT) comprised of medical professionals from several disciplines will evaluate the literature based upon the following evaluation criteria to determine acceptability. a. Literature supports that tubes and lids fit multi-sample needles, safety needle collection systems and holders. b. Literature supports that tubes can be used with equipment that uses cap-piercing. c. Literature supports that lid colors are consistent with industry for test performed and offer protection against blood splatter. d. Literature documents that vacuum draw is consistent and reliable. e. Literature documents test results are consistent and reliable based on manufacture testing. f. Literature supports that products does not require extensive training to use. c. Phase III - Price Evaluation Technical/Company (Phase I) and Clinical/Performance (Phase II) factors will be evaluated first. The Technical/Company and Clinical/Performance evaluation will determine who the acceptable offerors are. Then the quotes (Phase III) will be compared regarding incentive tier pricing and the Southeast and Central TPRBs will perform a technical/price trade o ff (i.e., very superior technical capabilities may justify paying a higher price). THE CLOSING DATE IS 16 MAY 2007 4:30PM EDT.
- Place of Performance
- Address: TRI SERVICE Southeast Regional Business Office ATTN: Building 40707 40th STREET ROOM 105 Fort Gordon GA
- Zip Code: 30905-5650
- Country: US
- Zip Code: 30905-5650
- Record
- SN01274410-W 20070418/070416220838 (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 |