Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
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 Advanced Wound Care.

Notice Date
11/23/2009
 
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-3102
 
Response Due
12/14/2009
 
Archive Date
2/12/2010
 
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 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 meet or exceed specific clinical performance expectations as a primary consideration. 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 12-month option periods. Anticipated selection date is January 2010. The evaluation will be based on technical, clinical, and pricing factors. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considered significantly more important than cost or price. As the technical and clinical evaluation results become more equal, price will become more important. The selection will be determined utilizing best value/ trade-off criteria. 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 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 Advanced Wound Care, which at a minimum, includes the high volume lines below. Within this region, this product line has an estimated annual dollar requirement of $69,406. This forecast is based on historical prime vendor sales during a recent 12-month period. Hydrocolloid Dressing 4X4 Regular thickness 4X4 Extra-Thin Silver Dressings 10X12 1X12 Strips Foam Dressings 5X5 Adhesive 5X5 Non-Adhesive Moisture Vapor Permeable Film 5 X4 Framed 5 X4 Unframed 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 DAPA holders 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. 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. This process will include vendor requirements to provide electronic responses. 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. D. Source Selection Procedures 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 of 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. Vendors that do not meet the deadline to deliver the literature and samples by the deadline or fail to send literature and samples to the MTFs will be disqualified from further consideration in this standardization initiative. The designated MTFs that will be participating in the clinical evaluation are: Tripler Army Medical Center, U.S. Naval Hospital Guam, US Naval Hospital Yokosuka Japan, US Naval Hospital Okinawa Japan, 35th MDG Misawa AB, Japan. The no charge samples to be provided are as follows: Advanced Wound Care Items: Hydrocolloid Dressing 4X4 Regular thickness-10 samples each facility 4X4 Extra-Thin-10 samples each facility. Instructional and educational literature/materials/DVD Silver Dressings 10X12-10 samples to each facility 1X12 Strips-10 samples to each facility Instructional and educational literature/materials/DVD Foam Dressings 5X5 Adhesive-10 samples to each facility 5X5 Non-Adhesive-10 samples to each facility Instructional and educational literature/materials/DVD Moisture Vapor Permeable Film 5 X4 Framed-10 samples to each facility 5 X4 Unframed-10 samples to each facility Instructional and educational literature/materials/DVD The no charge literature and no charge sample sets are required to be shipped to the following MTFs: Tripler Army Medical Center ATTN: Mr. Robert Lumas, RN & George Fitzgerald, Materials Chief TPRB Clinical Evaluation Samples Bldg 161 Krukowski Road Material Branch (Logistics Division) Honolulu, Hawaii 96859-5000 808-433-5718 US Naval Hospital Guam ATTN: Mr. Johnny Duenas & LCDR John Hicks, NC, USN TPRB Clinical Evaluation Samples Farenholt Road Bldg 1, Room L103 Agana Heights, Guam 96910 671-344-9671 US Naval Hospital Yokosuka, Japan ATTN: Mr. Rockie Ramirez & CDR A. Acevedo, NC, USN TPRB Clinical Evaluation Samples 1-Chome, Honcho, Yokosuka, Kanagawa 238-0041 Warehouse BLDG E-18 PO N68292 011-81-46-816-8592/7130 US Naval Hospital Okinawa Japan ATTN: LT Michelle Mosteller, MSC, USN & LT D. Salinas, NC, USN TPRB Clinical Evaluation Samples Bldg 6000, Camp Lester Chatan-Cho, Nakagami-Gun, Okinawa, Japan 904-0103 011-81-611-743-7815 35th MDG Misawa AB, Japan ATTN: Capt J. Franks, NC, USAF TPRB Clinical Evaluation Samples 35th Medical Support Squadron/SGSL Bldg 99 FM 5205 Misawa AB, Japan 1-Chome, Hirahata, Misawa-Shi Aomori-Ken, Japan 033-0012 011-81-311-766-6008 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. The Tri-Service Product Review Board (TPRB) is the governing body of the standardization process and program. This board includes clinicians and logisticians from the Military Treatment Facilities (MTF) within the Pacific Region. The board is chaired by the Designated Senior Logistician (DSL) and Co-Chaired by a physician and nurse from the Naval Hospital Yokosuka and the Hawaii Multi Service Marketing Management Office, respectively. They are the deciding officials for this initiative. Technical Criteria Evaluations: 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 the due date/time, should a problem occur with the first submission. Vendors that do not meet the deadline of COB 5:00PM HST on the date listed for closing will be disqualified. 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/Company Criteria 1. Vendors must manufacture and/or distribute a complete product line of Advanced Wound Care. 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, a complete product line includes the following products in the following sizes: Hydrocolloid Dressing 4X4 Regular thickness 4X4 Extra-Thin Silver Dressings 10X12 1X12 Strips Foam Dressings 5X5 Adhesive 5X5 Non-Adhesive Moisture Vapor Permeable Film 5 X4 Framed 5 X4 Unframed 2. Vendors must have a DAPA or be in the process of applying for a DAPA number for Advanced Wound Care. 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. At a minimum, vendors must provide a standard industry warranty and submit evidence of their policy with their initial submittals. 5. Products must be in packaging that can be delivered to a sterile field. 6. Vendors must identify the educational tools or materials which are available for this product line. 7. Products must be latex free and be clearly labeled as such on all exterior and interior packaging including the individual items. 8. Vendors must provide an electronic copy of their clinical application/product recommendation chart. Please include one copy in an electronic form such as a PDF file. Clinical Performance Evaluation: Specific Clinical Product Teams (CPTs), which consist of physicians, nurses, allied health professionals, and technicians from the participating MTFs, will evaluate the clinical performance of product samples based on the evaluation criteria below. Each criterion is of equal weight. 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. Clinical evaluations will be conducted in a non-clinical (non-patient) setting. The clinical performance criteria for this initiative are: Clinical/Performance Criteria Hydrocolloid: 1.Products are easily cut into various sizes and shapes-(wounds are different sizes and shapes and clinicians will need to cut the products to fit). Addresses cost, patient comfort and therapeutic effectiveness. a.Will be evaluated by clinicians in a panel format b.Clinicians will open and apply products c.The expectation is that the product will be easily cut to a variety of shapes 2.Removal of product does not damage skin-(when removing the product, the skin does not bleed, become reddened, or blistered) Addresses patient safety, patient comfort and cost. a.Will be evaluated by clinicians in a panel format b.Clinicians will open and apply products c.The expectation is that the product will not cause any skin irritation, damage or bleeding when removed from the skin. 3. Product adheres to skin without edges rolling inward or upward - (this product should stay in place rolled edges will cause lifting of product from application site) Addresses clinical effectiveness, cost and patient comfort. a.Will be evaluated by clinicians in a panel format b.Clinicians will open and apply products c.The expectation is that the product edges will remain firmly adhered to the skin and not roll inward or upward. 4.Product applies smoothly to skin-(the smoother the product applies, the greater the clinical effectiveness and the less chance for wrinkles). Addresses clinical effectiveness of product, patient comfort and patient safety. a.Will be evaluated by clinicians in a panel format b.Clinicians will open and apply products c.The expectation is that the product will be apply smoothly to the skin and remain in place without forming wrinkles or bunching up. 5Product is easy to apply-(clinicians will wear gloves when applying this product, the product should not stick to the glove and the backing should peel off with ease). Addresses cost, staff efficiency and patient comfort. a. Will be evaluated by clinicians in a panel format wearing gloves. b.Clinicians will open and apply products c.The expectation is that the product will open easily, not stick to the gloves and the backing on each item will remove easily. Silver Dressings: 1.Removal of product does not traumatize the wound-(when removing the product you do not want to remove any new tissue). Addresses patient safety and patient comfort and cost to treat damaged tissue. a.Will be evaluated by clinicians in a panel format b.Clinicians will open and apply products followed by removal of applied product c.The expectation is that the product will not traumatize the skin upon removal 2.Product does not fall apart during use-(if the product falls apart it is difficult to remove from wound and could be retained in wound indefinitely). a.Will be evaluated by clinicians in a panel format b.Clinicians will open and apply products and remove product c.The expectation is that the product will remain intact upon removal. 3.Product will absorb drainage from application wound site (drainage should not be pooled under the dressing). Addresses infection control and patient comfort. a.Will be evaluated by clinicians in a panel format b.Clinicians will open and apply products to moist application sites c.The expectation is that the product will absorb and wick away drainage from application site. Foam Dressings: 1.Product is easily cut into various sizes and shapes-(wounds are different sizes and shapes and clinicians will need to cut the products to fit). a. Will be evaluated by clinicians in a panel format b. Clinicians will open and cut and shape and apply products c. The expectation is that the product will be easily cut to a variety of shapes 2. Product molds easily to a variety of anatomical shapes - (This type of dressing is used on areas like the elbow, coccyx, hip and ankle - areas of the body which have both curves and angles.) Addresses patient comfort, clinical effectiveness and cost. a. Will be evaluated by clinicians in a panel format b. Clinicians will open and apply products c. The expectation is that the product will securely mold and conform to application site. 3. Product remains intact and will wick away drainage eliminating pressure on site.(Some expanding of this type dressing is expected but if it swells too much, extra pressure is applied to the new tissue). Addresses patient comfort, patient safety and cost. a. Will be evaluated by clinicians in a panel format b. Clinicians will open and apply products c. The expectation is that the product will remain intact while wicking away drainage and not cause pressure. Moisture Vapor Permeable Film: 1.Product can be applied without wrinkling-(A barrier dressing which sticks to itself and wrinkles will not provide a moisture-proof barrier). Addresses cost, patient comfort and patient safety. a. Will be evaluated by clinicians in a panel format b. Clinicians will open and apply products c. The expectation is that the product will be applied without sticking to itself or wrinkling and bunching at application site. 2.Product maintains a seal to prevent fluid leakage-(Barrier dressings which allow for fluid/drainage leakage provide an environment for contamination of the wound and the potential for further infection) Addresses patient safety and cost. a. Will be evaluated by clinicians in a panel format b. Clinicians will open and apply products c. The expectation is that the product will prevent fluid leakage. 3.Product can be removed without damage to the skin-(Product should be removed from the application site without causing blistering, bleeding of reddening of tissue) Addresses patient comfort and patient safety and cost. a. Will be evaluated by clinicians in a panel format b. Clinicians will open and apply products and remove product from application site. c. The expectation is that the product will be removed without causing skin redness, blistering or bleeding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-10-T-3102/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
 
Record
SN02009121-W 20091125/091123234830-bc187ff74bb508f6fb511e034fe636f1 (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.