SOURCES SOUGHT
65 -- The Pacific Region Tri-Service Regional Business Office (TRBO) Region 12 announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Patient Slippers Non-Skid, Sock and Firm Sole Type.
- Notice Date
- 10/22/2009
- 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
- W81K02-10-T-3101
- Response Due
- 11/13/2009
- Archive Date
- 1/12/2010
- Point of Contact
- Mary L. Summers, 8084333686
- E-Mail Address
-
Pacific Regional Contr Ofc TAMC
(mary.summers1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Pacific Region Tri-Service Regional Business Office (TRBO) Region 12 announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Patient Slippers Non-Skid, Sock and Firm Sole Type. The primary objective of this program is to standardize the quality of care across the regions based on the critical balance of clinical efficacy and value. It is intended for this initiative to result in the standardization of a clinically preferred product and source at the best possible price. It is also intended that standardized products be obtained through the Department of Defense Prime Vendor Program. As a clinically driven program, vendors and products must meet specific technical criteria plus products must meet or exceed specific clinical performance expectations as a primary consideration. Selection will be based clinical, technical, and pricing factors. The selection will be determined utilizing best value/trade-off criteria. The major Medical Treatment Facilities (MTFs) in the Pacific Region, TRBO Region 12 area include but are not limited to Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, MEDDAC-K Seoul, 374th Medical Group Yokota Air Base, 18th Medical Group Kadena Air Base. 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 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 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 resulting Regional Incentive Agreement (RIA) will be for a base period of two years (24 months) from date of selection with three one-year (12 months) option periods. Anticipated selection date is Mar 2010. Products and vendors that pass the technical criteria and pass the clinical performance expectations will be considered clinically preferred products and sources. Among these clinically preferred products and sources price will be the determining factor for this initiative. The Pacific Region TPRB Annual Meeting attendees will evaluate each vendors literature and sample set against the clinical/performance criteria in a non-clinical/non-patient setting. The TPRB Annual Meeting attendees consists of physicians, nurses, allied health professionals, and technicians from the participating MTFs. All clinical/performance criteria are weighted equally. The clinical/performance evaluation period will last up to 30 days. The evaluation responses will be in a Likert type scale with a 1-5 scoring range. The scale descriptors are: One (1) = Strongly Disagree; Two (2) = Disagree; Three (3) = Neutral; Four (4) = Agree; and Five (5) = Strongly Agree. The CPT will send the completed evaluations to the TRBO for data entry and analysis and the results will be forwarded to the TPRB for review. The selection of a single vendor is anticipated. However, if no single vendor can meet the total requirement of the Region, the Government reserves the right to make two or more selections for RIAs. In this event, selection would be based on a combination of MTF clinical preference and product availability. Point of Contact: Mary Summers, TRBO Technical Director 808-433-3686, mary.summers1@us.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 Patient Slippers - Non-Skid, Sock and Firm Sole Type. which at a minimum, includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $53,403.39. This forecast is based on historical prime vendor sales during a recent 12-month period. The top 10 high volume usage lines for this project include: Patient Slippers Non-Skid, Sock and Firm Sole Type. MDT211218XLISLIPPER SAFETY SKID XL ADULT MDT211218XLISLIPPER SAFETY SKID XL ADULT MDT211218LISLIPPER SAFETY SKID LARGE ADULT MDT211218MISLIPPER SAFETY SKID MEDIUM GREEN ADULT MDT211215NXLSLIPPER PEDI-FOAM XL MDT211220LSLIPPER SURE-GRIP TERRY LARGE MDT211220MSLIPPER SURE-GRIP TERRY MEDIUM MDT211218SISLIPPER SAFETY SKID SMALL ADULT MDT211218XXLISLIPPER SAFETY SKIDS XX-LARGE MDT211216BISLIPPER ONE SIZE BLUE At the request of the Pacific Region MTFs, vendors will provide conversion information, prime vendor order numbers, and itemization of the brands, types, and packaging information of the products supplied by the vendor. C. Instructions to Vendors Vendors interested in participating in this standardization initiative should email their (1) Company name and address, (2) Point of Contact (POC) (Name and Phone Number, Fax Number, and E-mail address) to mary.summers1@us.army.mil and cheryl.janus@amedd.army.mil. and (3) Identification of the RFQRIA to which the vendor is responding. Submissions must be received by 5:00 post meridiem (p.m.) Hawaii Standard Time (HST) on the specified closing date/time of this solicitation. Vendors that fail to meet this submittal deadline will be disqualified from participating. In a one step notification process, the Pacific Region TRBO will request responses to the technical/company criteria, no charge literature, no charge sample sets, and best available pricing from each interested vendor. Vendors will have 30 calendar days to 1.) respond to the Pacific Region TRBO with their responses to the technical/company criteria and submission of best value price quotes; and 2.) deliver no charge literature and no charge sample sets to all participating MTFs. No charge literature and no charge samples must be received by the participating MTFs by close of business (COB) 5:00 PM HST, 30 days after the date of request to supply samples. All vendors must send the Pacific TRBO verification regarding the date of shipment. Vendor responses to the technical criteria must be in a prescribed electronic spreadsheet format that will be provided by the Pacific Region TRBO. Best value pricing must be in a prescribed electronic spreadsheet format, based upon the total requirements of the Pacific Region. Vendors that fail to respond to the technical criteria, fail to provide a price quote or fail to deliver the no charge literature and no charge sample sets within the time prescribed will be disqualified from further consideration. 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 criteria listed in this announcement. Vendor quotes should contain the vendor's best tiered-pricing discounts off of the vendor's DAPA pricing based on committed volume of 80% of the total requirements of the MTFs in the Pacific Region. As this process will require vendors to submit certain information electronically, vendors are strongly encouraged to confirm with the Regional POC (stated above) that their electronic submissions have arrived at the Regional TRBO. Vendors are advised to confirm receipt, allowing adequate time for resubmission before the deadline, should a problem have occurred with the first submission. All e-mails must be digitally signed. The no charge samples to be provided are as follows: Patient Slippers - Non-Skid, Sock and Firm Sole Type. Slippers must be latex free/safe, available in all sizes (Small, Medium, Large, Extra Large) in the following types Sock-Type color coded for fall-prevention, single and/or double tread, (traction soles), and washable; 10 pairs of each size, Small, Medium, Large, Extra Large Firm Sole Type lightweight, washable, flexible sole. 10 pairs of each size, Small, Medium, Large, Extra Large The no charge sample sets are required to be shipped to the following: Region Pacific TRBO Region 12 Tri-Service Regional Business Office ATTN: George Fitzgerald & C. Janus, RN TPRB Evaluation Samples Bldg.161 Krukowski Road Room 16 Logistics Division, Materiel Branch Tripler Army Medical Center Honolulu, Hawaii 96859-5000 (808) 292-4118 The Region intends to evaluate quotes and select a vendor or vendor(s), on initial submission/quotes. The region intends to evaluate quotes and select a vendor or vendors, on initial submission/quote, without discussion. However, the Region reserves the right to conduct discussions and request revised quotes, if it is determined to be necessary. The Region reserves the right to reject all quotes and cancel the RFQRIA if it is determined to be in the governments best interest. Price will be analyzed based on the vendors anticipated Post Standardization Costs. Post standardization costs will be calculated for each vendor by applying the vendors offered prices to the anticipated annual usage of the region. Unmatched items will be represented in the Post Standardization Cost at the current suppliers non-discounted price. Among the products and sources that are determined to be clinically preferred, the best price (Post Standardization Cost) will be the deciding factor. Source Selection Procedures The Tri-Service Product Review Board (TPRB) for the Pacific Region is the governing bodies of the standardization process and program. This board includes clinicians and logisticians from the MTFs within the Pacific Region. The board is chaired by the Designated Senior Logistician (DSL). They are the deciding officials for this initiative. The Pacific Region TPRB is Co-Chaired by a physician from Naval Hospital Yokosuka and an Air Force Nurse Corps officer assigned to the Hawaii Multi-Service Marketing Management Office (MSMMO). The Region intends to evaluate quotes and select a vendor or vendor(s), without discussion. Technical Criteria Evaluations The vendors responses to the technical criteria will be reviewed for acceptability. Acceptability is defined as follows: 1) based on the vendors responses, the evaluators have reasonable confidence that the vendor can meet the standard of each technical criterion; 2.) based on the vendors responses, the evaluators have reasonable confidence that the line of products and/or services submitted meet the medical standards of care of the community that are applicable to such products or services; and 3) the information provided by the vendor is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. Failure to provide any requested information will disqualify the vendor from further consideration. Vendors must achieve an acceptable rating on their responses to the technical criteria for continued consideration in this initiative. Vendors who do not achieve an acceptable rating will be disqualified. Technical Criteria During the pre-source selection procedures, the CPT validated/approved the equally weighted technical/company criteria outline below: 1. Vendors must provide a complete product line of Patient Slipper Non Skid, Sock and Firm Sole Type. A complete line of product is defined as the MTFs requirements for 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. At a minimum the vendor must provide the following: Non-Skid Slippers that are latex free/safe, available in all sizes (Small, Medium, Large, Extra Large, Extra Extra Large) in the following types 1) Sock-Type color coded for fall-prevention, single and/or double tread, (traction soles), and washable; 2) Firm Sole Type - lightweight, washable, latex free, flexible sole. 2.Vendors must have a DAPA or be in the process of applying for a DAPA number for Patient Slipper Non Skid, Sock and Firm Sole Type. Provide the DAPA number or proof of the application process with the initial submittal. Vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified. 3. Vendors must have a separate agreement with the prime vendor Cardinal Health for distribution in this Region and provide certification of this with the initial submittal. Vendors whose products are not available through the regional 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. Vendors that fail to provide a discount from DAPA will be disqualified. 5. Vendor must provide latex free/safe Patient Slipper Non Skid, Sock and Firm Sole Type in sizes Small, Medium, Large, Extra Large, Extra Extra Large. Failure to provide latex free, Patient Slipper Non Skid will result in disqualification. Clinical/Performance Criteria: During the pre-source selection procedures, the CPT validated/approved the equally weighted clinical/performance criteria outline below: SOCK Type ONLY 1.(National Patient Safety Goal NPSG.09.02.01 - specifically Reduce the risk of patient harm resulting from falls by placing emphasis on wearing Non-Skid Slippers) - The slipper socks non-skid material on the tread surface maintains integrity and grips the walking surface without slipping or sliding under the foot. a.Non-skid material on the slipper tread surface must be of sufficient amount and positioning to assure tread grips the walking surface with each step without slipping or sliding which may increase the risk of falling. b.With the Non-Skid Sock Slippers on the evaluators feet, the evaluator will observe the gripping quality and effectiveness of the non-skid tread material, and observe for any cracking, peeling, or chipping of non-skid tread material leading to compromise of griping quality and effectiveness. 2.(National Patient Safety Goal NPSG.09.02.01 - specifically Reduce the risk of patient harm resulting from falls by placing emphasis on wearing Non-Skid Slippers) The Slipper Sock material holds to the foot/ankle without drooping and sagging while walking. a.Slipper material that droops/sags with movement such as walking may result in an increased risk for a patient fall or non-compliance in wearing the Safety slippers. b.The evaluator will ensure the appropriate sized Sock type slipper is utilized and then observe for any drooping/sagging of slipper material during wear. 3.(National Patient Safety Goal NPSG.07.02.01 specifically Reduce the risk of health care-associated infections resulting from pressure ulcers by placing emphasis on wearing Non-Skid Slippers that properly fit the feet) Slipper Sock material holds to the foot or ankle without impairing circulation. a.Slipper Sock material that holds to the foot or ankle too tightly may impair circulation to the tissue leading to discomfort or further injury to the tissue and/or non-compliance in wearing of the Non-Skid Slippers. b.The evaluator will ensure the appropriate sized Sock type slipper is utilized and then observe for any changes in skin color/temperature of foot/ankle tissue and any pressure marks on the skin of the foot/ankle made by the slipper sock. Firm Sole ONLY: 4.(National Patient Safety Goal NPSG.09.02.01 - specifically Reduce the risk of patient harm resulting from falls by placing emphasis on wearing Non-Skid Slippers) - The non-skid material on the tread surface of the foam slippers maintains its integrity and grips the walking surface without slipping, sliding or tearing. a. Non-skid material on the Firm Sole slipper tread surface must be of sufficient amount and positioning to assure tread grips the walking surface with each step without slipping, sliding or tearing, which may increase the risk of falling. b. The evaluator observes the gripping quality and effectiveness of the non-skid tread material, and observes for any cracking, peeling, or chipping of non-skid tread material leading to compromise of griping quality and effectiveness. 5.(National Patient Safety Goal NPSG.07.02.01 specifically Reduce the risk of health care-associated infections resulting from pressure ulcers by placing emphasis on wearing Non-Skid Slippers that properly fit the feet Firm Sole Slipper interior seams and surfaces are smooth when worn and do not cause pressure or irritation to the tissues of the foot/ankle during wear. a.Firm Sole Slipper material that is rough on the interior seams/surfaces can cause pressure, impair circulation, and/or can cause discomfort which inhibit or deter patient walking. The patient may also not wear foam slippers if they provide discomfort, thus increasing their potential for falls and injury. b.The evaluator will ensure the appropriate sized Firm Sole type slipper is utilized and then observe for any changes in skin color/temperature of foot/ankle tissue and any pressure marks on the skin of the foot/ankle made by the Foam slipper.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-10-T-3101/listing.html)
- Place of Performance
- Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
- Zip Code: 96859-5000
- Zip Code: 96859-5000
- Record
- SN01990551-W 20091024/091022235302-97790a7315eacc3bb5682cde502f3084 (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 |