SOURCES SOUGHT
65 -- LANCETS AND LANCET DEVICES
- Notice Date
- 6/25/2007
- 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-07-0009
- Response Due
- 7/16/2007
- Archive Date
- 9/14/2007
- 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 the regional standardization of Lancets and Lancet Devices. A. General Information: Southeast Region (TRBO Reg 3&4), 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, South Caro lina, and Tennessee announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Lancets and Lancet Devices. The primary objective of this standardization initiative is to achieve a best value determination that represents the clinically preferred product or source(s) at the best possible price. It is intended that standardized product be obtained through the Do D Prime Vendor Program. The major facilities in the area includes: MacDill AFB, FL, Eglin AFB, FL, Keesler AFB, MS, Fort Benning, GA, Fort Gordon, GA, Fort Stewart, GA, Fort Jackson, SC, Naval Hospital Jacksonville, FL, Naval Hospital Beaufort, SC, and Naval Hospital Pensacola, FL. 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 Agreemen t (DAPA) with the Defense Supply Center Philadelphia (DSCP) 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 Vendo rs 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 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) - 12 month option periods (not to exceed 5 years). A single award is intended in this project; ho wever, the Southeast Region acknowledges the possibility of more than one vendor for this agreement. Consideration will be based on best value to Government, based on evaluation of factors listed here. Anticipated award date is October 2007. The evaluatio n will be based on technical/company, clinical/performance, 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 Region is seeking product lines in the category of Lancets and Lancet Devices. The yearly estimated total volume for Lancets and Lancet Devices is $26,918.10. This is based on the historical prime vendor sales for a 12-month period. At the request of the Southeast Region MTFs vendors will provide on-site support, in-servicing, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, and itemization of the brand, types and p ackaging information of the products offered by the vendor. C. Instructions to Offerors DAPA holders interested in participating in this standardization initiative should email their (1) Company name and address, (2) Point of Contact (Name and phone number, fax, email address, and Solicitation Number) to Ginny Slayton, Virginia.slayton@us. army.mil (706) 787-2019 before 5:00 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. This process will include vendor requirements of electronic responses to technical/company criteria (Phase I), no charge product sa mples for clinical/performance evaluation (Phase II), and submission of electronic best price offers (Phase III). Due to the potential for email to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the So utheast Region that its initial submission responses, quote and literature actually arrived at the Region via email. Each submitting vendor is advised to confirm receipt, allowing adequate time for resubmission before 5:00 P.M. EST on the date listed for closing on the FBO announcement, should a problem occur with the first submission. Vendors that fail to meet the re-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 nine Military Treatment facilities in the Southeast Region. They are the final decision makers for this initiative. Phase I. Vendors will be required to the provide responses to the technical/company criteria outlined herein. Vendors who do not meet the deadline for the solicitation response will be eliminated from the standardization process. A Clinical Product T eam (CPT) comprised of medical professionals from several disciplines will review the responses and determine acceptability. All technical/company criteria are weighted equally. After review of technical/company criteria, those vendors who meet the criter ia will be invited to participate in Phase II, the clinical/performance evaluation. Phase II. The TRBO will request specific product samples from the product group to be clinically evaluated at selected MTFs. Vendors are required to ship specific product samples and amounts directly to the MTFs. Vendors will be given 14 calendar day s from the issue of the notice to ship samples. Vendors products must be received in the MTFs by 5:00 P.M. EST on the 14th calendar day at the participating MTFs in order to remain in the competitive process. Each vendor participating in Phase II is adv ised to confirm receipt of delivery of product samples and provide such information to the TRBO before 5:00 P.M. EST on the 14th calendar day in order to remain competitive. The clinical/performance evaluation period will last for 30 calendar days. Specific MTFs will evaluate the clinical/performance criteria using a Likert like scale with a 1-5 scoring format. The scale descriptors are: one-not clinically acceptable and five-clinically superior product. The CPT has set a threshold of 3.0 for ac ceptability of product sample review for standardization. Vendors, whose clinical /performance results are lower than a 3.0 average, will not be considered clinically acceptable and will be disqualified. All clinical/performance questions weighted equall y. Phase III. After the clinical/performance evaluation are completed and analyzed, the vendors in the clinical/performance evaluation group who met the minimum 3.0 threshold will be invited to participate in Phase III, pricing evaluations. Vendors will b e asked to submit their best pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Southeast Region, as well as to submit their best pricing offers in the event of more than one award. Vendors will be given 14 calenda r days from the issue of notice to submit their best pricing offer. Vendors who do not send their best pricing offers by 5:00 P.M. EST on the 14th calendar day to the TRBO office will be disqualified. Clinical/performance factors will be weighted more heavily than price. Pricing will 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 exc eed 5 years). Vendors that fail to offer an incentive discount from DAPA will be disqualified. 1. Phase I: Technical/Company Criteria Evaluation Requirements In Phase I, the CPT will review the following technical/company criteria responses from each vendor and determine acceptability. Acceptability for purposes of evaluation of technical/company criteria is: Generally responses to all questions in this section m ust 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 Lancets and Lancet Devices; 4) the quoter has an agreement covering the items, with Owens & Minor, the Prime Vendor for the region; 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 quoters information provided is factually correct (any misrepresentation of information will disqualify the vendor from further consideration.). The following technical/company criteria must be submitted before 5:00 P.M. EST on the date listed for closing on the FBO announcement in order to remain competitive: a. Vendor(s) must have and provide their DAPA number for Lancets and Lancet Devices. 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 identify all itemized brand(s) and styles that are manufactured and/or distributed for Lancets and Lancet Devices. e. Vendor(s) must identify if company has had any history of back orders and/or recalls for the Lancets and Lancet Devices. Explaining the a) dates and duration b) cause, c) resolution. f. Vendor(s) must identify company return goods policy & all warranties. g. Vendor(s) must identify the types of educational tools, materials or staff training that the company provides for Lancet and Lancet Devices. h. Vendor(s) must identify if their company provides 24/7 customer service. i. Vendor(s) must be able to provide a full product line of Lancets and Lancet Devices to include but not limited to: Safety & Non-Safety Lancets; a full range of blades/needle sizes; lancing devices and holders, retractable blades/needles, sterile, singl e use and disposable. j. Vendor(s) must identify if safety features are an integral part of the lancets. Provide electronic literature to support safety feature. 2. Phase II: Clinical/Performance Criteria Evaluation Requirements A CPT comprised of medical professionals from several disciplines will facilitate evaluation of the products based upon the following clinical/performance evaluation criteria to determine acceptability: a. Lancet is simple and easy to use. b. Safety feature provides a barrier between hands & blade/needle after use and remains protective through disposable. c. Lancing device has minimal sound upon activation. d. Safety feature easily engages in a one-handed activation. e. Safety Lancet design allows for comfortable grip. f. Safety feature can not be deactivated. 3. Phase III: Price Evaluation Requirements Technical/company (Phase I) and Clinical/performance (Phase II) factors will be evaluated first. The technical/company and clinical/performance evaluations will determine who the acceptable offerors are. Then the quotes (Phase III) will be compared regarding incentive price and the TPRB will perform a technical/price trade off (i.e., very superior technical capabilities may justify paying a higher price). THE CLOSING DATE IS 16 JULY 2007 5:00PM 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
- SN01327224-W 20070627/070625220959 (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 |