SOURCES SOUGHT
65 -- Standardization Safety Needle and Syringe Combination, Pacific Region, TRBO Region 12, a military integrated network comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment facilities in Hawaii, Guam, Japan, Okinawa, and Kore a
- Notice Date
- 3/5/2008
- 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
- W81K02-08-T-3016
- Response Due
- 3/27/2008
- Archive Date
- 5/26/2008
- Point of Contact
- Susan Hwang, 808-433-3686
- E-Mail Address
-
Email your questions to Pacific Regional Contr Ofc TAMC
(susan.hwang@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 65-Medical Supplies-Potential Sources Sought --------------- A. General Information The Pacific Region-TRBO Region 12, a military integrated delivery network, comprised of 18 Army, Navy, Air Force, and Marine Corps medical treatment fac ilities in Hawaii, Guam, Japan, Okinawa, and Korea announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Safety Needle and Syringe Combination. 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 Department of Defense Prime Vendor Program. The major facilities in the region include Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, 121st Combat Support Hospital Seoul, 374th Medical Group, Yokota AB, and 18th Medical Group Kadena AB. <B R>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 Agreem ent (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 products. This RFRIAQ is a supplement to the Prime Vendor Program and is not a contract. For additional information regarding DSCPs Prime vendor program please access their web site at https://dmmonline.dscp.dla.mil The agreement will be for a base period of two years (24 m onths) from date of award with three 12-month option periods. Anticipated award date is November 2008. The evaluation will be based on clinical, technical, and pricing factors. The award will be determined utilizing Best value/ trade off criteria. P oint of Contact: Susan Hwang, TRBO Team Leader 808-433-3686, susan.hwang@amedd.army.mil Cheryl Janus, RN, TRBO Clinical Analyst 808-433-7985, Cheryl.janus@amedd.army.mil B. Products & Performance Required The Pacific Region is seeking product line items in the category of Safety Needle and Syringe Combination. For this product line, the yearly estimated total usage/forecasted requirement for this region is $146,437. This forecast is based on historical prime vendor sales for a 12-month period. At the request of the Pacific Region Military Treatment Facilities, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS information, and itemization of the brand s, types and packaging information of the products offered by the vendor. C. Instructions to Vendors DAPA holders interested in participating in this standardization initiative should email their (1) Company name and address, (2) POC (Name an d Phone Number, Fax Number, and E-mail address) to susan.hwang@amedd.army.mil AND cheryl.janus@amedd.army.mil. Submissions must be received prior to the specified closing date/time of this solicitation. Failure to meet the submittal deadline will result in exclusion. This process will include vendor requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, product literature, education and training materials, and submission of electronic best price offer s. Due to the potential for email to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Regional POC that their initial submission, quote, and literature actually arrived at the Region via email. Each s ubmitting vendor is advised to confirm receipt, allowing adequate time for resubmission before the due date/time, should a problem occur with the first submissi on. 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 Pacific Region. They are the deciding officials for this initiative. 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 requ ested 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-pricing discounts off of the Vendor's DAPA pri cing (based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region). Additionally, the Region reserves the right to conduct discussions and request revised quotes, if it is determined 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. Phase I: Vendors will be required to provide responses to the technical/company criteri a. The responses will be reviewed under the purview of the TPRB to determine acceptability. All technical/company criteria are weighted equally. After review of the technical/company criteria, those vendors who meet these criteria will be invited to partic ipate in the clinical/performance evaluation. Phase II: The TPRB will request samples from the product group to be clinically evaluated at select Military Treatment Facilities (MTFs). Vendors are required to ship samples direct to the designated MTFs. Vendors will be given 15 business days to ship samples. Samples must be shipped to arrive at the MTF by COB, 4PM local time, on the (15th) business day after the notice to ship. Failure to deliver samples by the requested deadline will result in ex clusion from the standardization process. Specific MTFs will evaluate the clinical/performance criteria using a Likert type scale, using a one to five rating. The scale descriptors are: One (1) = not acceptable, Three (3) = acceptable, and Five (5) = highly acceptable. All clinical/performance criteria are weighted equally. The Government reserves the right to conduct evaluations in either a non-clinical or clinical setting or both. Phase III: After the clinical/performance evaluation are completed and analyzed, all vendors 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 and technical/company factors will be weighted m ore 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). Failure to offer a discount off the DAPA pr ice will result in exclusion from the standardization process. 1. Technical/Company Criteria Evaluation The TPRB will review the following technical criteria responses from each vendor and determine acceptability. Acceptability for purposes of ev aluation 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) ba sed on the vendors 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 vendor has, or is obtaining a DA PA for the items; 4) the vendor has, or is obtaining, an agreement covering the items, with Cardinal Health, the Prime Vendor for the region; 5) the vendor inte nds 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 vendors information provided is factually correct (any misrepresentation of inf ormation will disqualify the vendor from further consideration.) 1. Vendor must manufacture and/or distribute a complete product line of Safety Needle and Syringe Combination Device. A complete line of product is defined as the MTFs requirements f or usage items in the product line. Usage items are defined in the Medical/Surgical Prime Vendor contract statement of work as DAPA items ordered at least once per month, and at least one unit per order. Provide certification of all brands of this product line that you manufacturer or distribute with the initial submittal. At a minimum, the following item are required: 3cc syringe with a 21 gauge, 1 inch needle. 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for the Safety Needle and Syringe Combination Device product line. Provide the DAPA number or proof of the application process with the initial submittal. (Note that vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified).<B R>3. Vendors must have a separate agreement with the regional prime vendor Cardinal Health for distribution in this Region and provide certification of this with the initial submittal. (Note that vendors whose products are not available through the regiona l PV will be disqualified). 4. Vendors must provide discounts off DAPA for all products included in this standardization initiative. Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as their DAPA price. Therefore, FSS prices do not represent a discount off DAPA. (Note that vendors that fail to provide a discount from DAPA will be disqualified). 5. Vendor must provide educational tools, product literature, and materials for Safety Needle and Syringe Combination Device as well as no cost samples for the evaluation. Describe your available company educational tools and material resources with the initial submittal. 6. Vendor must provide customer service (telephonic and e-mail) for regional facilities. Identify company resources and capabilities for such support with the initial submittal. 7. Vendor will provide a product, which is clearly marked as to the size of the syringe and the length and gauge of the attached needle. Provide specifi c information whether this information is provided on the device, or on the packaging, or on both. 2. Clinical/Performance Criteria: 1. The product is clearly and easily identified from either the device or the packaging. (The cc/ml volume of syr inge and the length and gauge of the needle are easily identified) 2. The millimeter (cc) markings on syringe barrel are clear and distinct.(Incremental marks are either impregnated into the plastic of the barrel and/or color with black ink to prov ide clear and distinct visualization) 3. Product fits comfortably in either hand. (Product is not bulky, no sharp edges) 4. Safety mechanism is activated using only one hand. (The trigger, lever or tab which activates safety mechanism is easily pushe d, pulled or pressed using one hand) 5. Once the safety mechanism is activated, no part of the needle is accessible. (Once activated, the cover, sheath or sleeve covers entire needle and cannot be removed; avoiding potential for reuse)
- 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
- SN01524974-W 20080307/080305224943 (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 |