SOURCES SOUGHT
65 -- Tricare Heartland Medical Material Standardization for Surgical Custom Packs
- Notice Date
- 4/24/2007
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 74th Medical Group-Wright Patterson Medical Center, Bldg 830 4881 Sugar Maple Dr, Wright-Patterson AFB, OH, 45433, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- R5-04-24-07-059-SCP
- Response Due
- 5/15/2007
- Archive Date
- 5/15/2007
- Description
- A. General Information The Heartland Region, TRBO Region 5, a military integrated delivery network, comprised of 5 Army, Navy, and Air Force, medical treatment facilities in Ohio, Illinois, and Kentucky announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Surgical Custom Packs. 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 DoD Prime Vendor Program. The major facilities in the area include but are not limited to Wright Patterson Air Force Base Ohio, Scott Air Force Base Illinois, Naval Health Clinics of Great Lakes Illinois, Blanchfield Army Community Hospital Ft Campbell Kentucky, and Ireland Army Community Hospital Ft Knox Kentucky. This standardization action 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 DSCP?s Prime vendor program please access their 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 June 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 Phyllis Targett 937-257-9075 phyllis.targett@wpafb.af.mil B. Products & Performance Required The Heartland Region is seeking product line items in the category of Surgical Custom Packs. The estimated total volume for this region for this product line is $320,756. This is based on historical prime vendor sales for a 12-month period. At the request of the Heartland 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 DAPA holders 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 phyllis.targett@wpafb.af.mil (937)257-9075 before 4:00 P.M. EST on the date listed for closing on the FBO announcement in order to remain competitive. 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 security, etc., vendors are strongly encouraged to confirm with the Region that its 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 4:00 P.M. EST on the date listed for closing on the FBO announcement in order to remain competitive. Vendors that fail to meet the submittal deadline will be disqualified. 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 Heartland Region. They are the decision makers for this initiative. 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. After review of technical/company criteria, those vendors who meet the criteria will be invited to participate in Phase II, the clinical/performance evaluation. All technical/company criteria are equally weighted. Phase II. The TPRB will request samples from the product group to be non- 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. Samples must be received by COB at 4PM local time, 21 calendar days after request. Vendors failing to deliver by the deadline will be disqualified from further consideration in the standardization process. Specific MTF?s 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 acceptable. All criteria are equally weighted. 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 standardization process. Phase III. 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. Vendors who fail to offer discounted prices will be disqualified from RIA award consideration. 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 years). Vendors that fail to offer an incentive discount from DAPA will be disqualified. 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 quoter?s 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 the Prime Vendor for the region; 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 quoter?s information provided is factually correct (any misrepresentation of information will disqualify the vendor from further consideration.) 1. Does your company manufacture and/or distribute a complete line of Surgical Custom Packs? 2. Are your products available through the Prime Vendor for our Region? 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. Does your company provide itemized utilization reports, itemized sales reports, itemized pack change reports, education programs and clinical support for your packs? (Itemized per Regional requirements) 7. Does your company offer any software programs for pack management that is available to the facilities? If so, what is the program and is it available at no additional cost? 8. Will your company offer discounts off DAPA for all products included in this standardization initiative (note that vendors that fail to offer a discount from DAPA will be disqualified)? 9. Are your packs latex free? If not, why? 10. Does your company have the capability of making latex-free packs? 11. How does your company label the latex status of your packs? 12. Do your packs come with label? If so, what size? 13. Are there fees for component changes in the packs? 14. Does your company offer the ability to choose the vendor components in the packs without penalties or added fees? 15. Will your company use ?standardized products? chosen by our Region in the packs? If yes, what kind of monitoring tool does your company have to ensure the ?standardized products? are continuously being used in the packs? What kind of feedback mechanism can you provide to our Region in this regard? 16. If your company has its own brand of products, but our Region requests to substitute ?standardized products?, is there a penalty or added fee? 17. Does your company have a special arrangement with manufactures/distributors to purchase regionally standardized products at government negotiated incentive pricing? 18. If asked to use standardized products, are there companies you do not have a business relationship with? 19. At the time of the incentive pricing request, would you provide a cost breakdown between your usual brand products versus the Region specific standardized products? 20. What form of notification does your company provide to the Region and/or facilities before a substitution of standardized components is made? 21. Does your company put together packs according to configurations that are facility specific? 22. What is the minimum length of time your company requires for a facility to request discontinuation of use, or make changes to components of a custom pack? 23. What is the average turn around time from placement of the change to a component in the pack to the actual change? 24. What is the labeling method used for listing components contained in the pack? 25. Are expiration dates listed on the label for items in the pack with specific expiration dates (i.e., solutions, gels, etc)? 26. What is the method of sterilization used by your company for the packs? 27. How does your company ship the product to maintain the integrity and sterility? 28. What types of educational tools or materials do you have for this product line? 29. What kind of staff training does your company provide before implementation? 30. Is your company currently supplying custom packs to a chain of hospitals? If so, give no more than two hospital names, points of contact, and phone numbers. 31. If your company is awarded the business for our Region, does your company offer a CME/CEU program at no cost? 32. If your company is awarded the business for our Region, how soon can your company deliver Custom Packs to the facilities? Do you have a written Implementation Plan? 33. Does your company provide customer service 24/7 through a toll free number? 34. Does your company have local representatives to provide assistance at facility locations? 35. What other services not asked does your company provide at no cost? 36. What other services not asked does your company provide at an additional fee? 37. What is your return goods policy? 38. Where are your warehouses located? 39. Is there a history of backorders and/or recalls for this product group? If yes, please answer: (a) Dates and duration, (b) Cause, and (c) Resolution. 2. Clinical/Performance Criteria Evaluation A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products in non-clinical setting based upon on the following evaluation criteria to determine acceptability. 1. The pack opens easily. 2. Packs are assembled neatly and in an organized manner. 3. Packs have an inventory list attached that is organized and easy to read from outside of package. 4. The expiration date of the pack is clearly identified according to the item that it applies to. 5. The pack has labels enclosed 6. Packs contain items that are standardized. 7. The type of pack is easily identified from the packaging. 8. Packaging allows for delivery to a sterile field.
- Place of Performance
- Address: 88th Medical Group/ MDSS/ SGSL/ TRBO, 4881 Sugar Maple Dr., Bldg 830, Wright-Patterson AFB, OH, ,
- Zip Code: 45433
- Country: UNITED STATES
- Zip Code: 45433
- Record
- SN01280069-W 20070426/070424220651 (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 |