Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2007 FBO #2175
SOURCES SOUGHT

65 -- Disposable Endo-Mechanical Devices

Notice Date
11/8/2007
 
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
DADA09-08-T9001
 
Response Due
11/30/2007
 
Archive Date
1/29/2008
 
Point of Contact
kevin.w.hill1, 210-292-3270
 
E-Mail Address
Email your questions to Great Plains Regional Contracting Ofc
(kevin.w.hill1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A. General Information: The Central Tri-Service Regional Business Office (TRBO) Region, a military integrated delivery network comprised of 42 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 Disposable Endo-Mechanical Devices. The primary objective of this standardization initiative is to achieve a best value determination for Disposable Endo-Mechanical Devices products that represent the clinically preferred product. It is also intended that standardized products be obtained through the DoD Prime Vendor Program. The major facilities in the area include but are not limited to Brooke Army Medical Center Fort Sam Houston TX, Wilford Hall Medical Center Lackland AFB, TX, Darnall Army Medical Center, Fort Hood, TX, Reynolds ACH F ort Sill, OK, William Beaumont Army Medical Center Fort Bliss, TX, 10th Medical Group USAF Academy, CO, Evans ACH Fort Carson CO, Fort General Leonard Wood ACH, MO, Fort Riley, KS, 99th Medical Group Nellis AFB, NV, and Bayne-Jones ACH Fort Polk, LA. 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) AND a s eparate 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 the Pr ime 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 TRBO will provide anticipated volume (quantity) based on historical usage/fore casted 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. The anticipated award date is February 2008. The overall evaluation will be based upon technical, clinic al, and pricing factors. Technical and clinical factors are the most important evaluation factors. Clinical/Performance evaluation is more important than the price. Price is a consideration but is less important than technical and clinical factors. The final award recommendation will be determined by utilizing the best value/trade-off criteria. B. Products and Performance Required: The Central Region is seeking a vendor that can supply Disposable Endo-Mechanical Devices products. The estimated total volume for this region in this product line is approximately $3 million based on historical sale s for a 12-month period. C. Instructions to All Offerors: INTERESTED RESPONDENTS MUST PROVIDE DETAILED HARD COPY RESPONSES TO THE TECHNICAL CRITERIA REQUIREMENTS STATED WITHIN THIS NOTICE BY 3PM CST ON 30 November 2007. THOSE COMPANIES THAT DO NOT RESPOND BY THIS DATE WILL BE EL IMINATED FROM CONSIDERATION. Interested offerors should respond with hard copies of the following information: company name, point of contact, address, phone number, fax, email address, solicitation number, DAPA number and complete answers to the technica l criteria. Responses should be sent via your preferred delivery carrier with a requested return receipt and/or tracking number to Mr. Jim Quinn, Tri-Service Regional Business Office, 7800 IH-10 West, Suite 220, San Antonio TX 78230. (ELECTRONIC SUBMISSIO NS ARE NO LONGER ACCEPTED) Contact Mr. Jim Quinn at (210) 292-3295 prior to the closing date of this solicitation with any further questions. If your company is not a current DAPA holder for this product line, contact DSCP, Ms. Kim Nichols at (215) 737-7 124 or email Kim.nichols@dla.mi l to apply for a DAPA. 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 the Military Treatment Facilities within the Central Region. They are the deci sion makers for this initiative and evaluate the recommendations from the Clinical Product Team (CPT). The CPT is comprised of medical professionals from several disciplines applicable to the product line under review. The CPT will initially rate the tech nical criteria. A rating of zero on technical criteria number one will disqualify the vendor from further participation in this solicitation. All other technical criteria will be weighted equally. Vendors achieving an overall technical score of 23 or hi gher will be invited to participate in the clinical evaluation. Those receiving a technical rating below 23 will be notified of their elimination from further participation. Vendors invited to participate in the clinical evaluation will be asked to suppl y samples for evaluation and submit a best price offer. Vendors are required to supply samples at no cost to the government. A three-week period will be allotted to vendors to supply evaluation products. Vendors failing to supply samples will be disqual ified from further consideration in the standardization process. The CPT will evaluate Disposable Endo-Mechanical Devices products and recommend the preferred product based upon clinical evaluation of the products. The CPT will evaluate the clinical crit eria using a Likert-like one to five rating scale from one (Does not meet minimum needs - worst score) to five (Offer superior clinical advantages - best score). All clinical criteria are weighted equally. Minimum clinical acceptability is considered a t otal average score of three or above on a five scale rating. 3.0 is the target acceptability threshold. The CPT will analyze this acceptability as being at or near 3.0 depending on the break in the average scores and how closely scores are clustered nea r the 3.0. Below this threshold, products will be unacceptable clinically and not eligible for consideration for standardization and will not be considered further. Pricing will be evaluated based on best value to the government and will be based on a com mitted volume for a two-year period with possible one-year option periods (not to exceed 5 years). The Region intends to evaluate quotes and select a vendor or vendor(s), without discussions. Vendor quotes should contain the vendor's best product matches for the products or product lines requested in this announcement. Vendor quotes should contain the vendor's best responses to all technical and/or company questions listed in this announcement. Vendor quotes should contain the vendor's best tiered-prici ng discounts off of the vendor's DAPA pricing (based on committed volume of 80% of the total requirements of the MTFs in the Central Region). Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determine d to be necessary. If a down-selection is made during the evaluation process, the Region may limit the number of quotes to the greatest number that will permit an efficient competition among vendors. However, the Government reserves the right to make two or more sel ections for RIAs based on the CPTs clinically preferred products. E. Technical Criteria Evaluation: The Clinical Product Team (CPT) will review the following technical criteria responses from each vendor and determine acceptability. Acceptability for purposes of evaluation of technical criteria includes responses to al l questions in this section that demonstrate the business concern offering the quote is a distributor or manufacturer of the subject medical/surgical consumables; and, based on the quoters responses, the evaluators have reasonable confidence that the line or products and/or services offered m eet the medical standards of care of the community, applicable to such products or services. Any misrepresentation of information will disqualify the vendor from further consideration. 1. Company supplied DAPA number or DAPA log number documenting request for DAPA, with solicitation response. (0 = no; 5 = yes) Note: a rating of zero on technical criteria number one will disqualify the vendor from further participation in this solicitati on. 2. Company has, or is obtaining, an agreement covering the offered item, with Cardinal Health, the Prime Vendor for the Central Region. (0 = no; 5 = yes) 3. Vendor provided an itemized list of the brand(s) and styles of products they are offering for this solicitation that encompass, at a minimum, the following items: 1. Trocars & Accessories (including bladed & non-bladed, e.g. Trocar with Dilating Tip, 5M M; Trocar with Blunt Tip, 12MM; Bladeless Trocar 5MM); 2. Endoscopic Staplers and Cutters (e.g. Linear Cutters, Reloadable, 45 MM); 3. Endoscopic Ligation (e.g. Clip Applier with Rotating Shaft; Endoclip Applier, 5MM; 4. Specimen Retrieval Products (e.g. S pecimen Retrieval Bag/Pouch, 10MM); 5. Endoscopic Hand Instruments (e.g. Organ retractors, Graspers, Scissors) and 6. Ultrasonic Shears. (0 = no list; 3 = offers some, but not all, of requested products; 5 = complete list provided) 4. Vendor provided documentation that identifies the companys return policy for defective product. (0 = no policy; 5 = policy in place) 5. Vendor provided documentation that identified dedicated vendor resources/capability to support CPT evaluation and staff training during the evaluation. (0 = no support resources outlined; 5 = support resources outlined) 6. Vendor provided documentation that outlined a conversion plan to transition and maintain use of their product within the Central Region. (0 = no conversion plan outlined; 5 = conversion plan outlined) 7. Usable by multiple surgical specialty services (e.g. general surgery, gynecology, urology, etc.) (0 = none; 3 = some, but not all, of requested products are multifunctional; 5 = all kits provided are multifunctional) 8. Manufacturer has basic kits for each type of surgical specialty service (e.g. general surgery, gynecology, urology, etc.) (0 = none; 3 = offers some, but not all, of requested products; 5 = offers complete product set) F. 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. Clinical factors will be weighted equally. 1. Individual product packaging and basic Endo kit packaging is easy to open aseptically 2. Device has adapters needed for Mono-polar and Bi-polar electrosurgical generators 3. Trocar penetrates abdominal wall easily (penetrates wall with first attempt) 4. Product safety features function correctly and consistently throughout procedure 5. Product maintained placement with no leakage from entry site 6. Instruments/scopes fit through the trocar for the size specified 7. Valves allow adaptability to all size scopes/instruments 8. Valve leaflets are durable (do not break off) 9. Firing mechanism remains consistent/reproducible with each fire 10. Device is easily maneuvered into a functional position during procedure
 
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
 
Record
SN01449492-W 20071110/071108224448 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.