SOURCES SOUGHT
65 -- Peak Flow Meters
- Notice Date
- 2/4/2010
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- APP-9-10-1001-001
- Archive Date
- 3/12/2010
- Point of Contact
- Cynthia Ingrao, Phone: 619-532-8517
- E-Mail Address
-
cynthia.ingrao@med.navy.mil
(cynthia.ingrao@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- A.General Information The Southwest Region will be standardizing Peak Flow Meters. This is a re-evaluation of this product group since the Regional Incentive Agreement with Monaghan has expired. A multiple selection is only a possibility if no single vendor can meet the total requirements of the Region and would be based on a combination of MTF preference and product availability. In order to meet the total requirements of the Region a vendor must be able to offer a comprehensive product line (all items within a product category) available in the necessary quantities to meet all of the DoD MTFs’ needs. That is, the required products must be available in the required quantities. As stated previously, it is not the preference of this standardization to make a multiple selection, however, if necessary due to non-availability from a single source, a multiple selection would be made based on a combination of Regional Clinical preference as determined by the Clinical Product Team (CPT) and vendor product availability. The product category includes peak flow meters and mouthpieces for adult and pediatric patients. The entire category of Peak Flow Meters has an annual demand of over $35,000. 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 DoD Prime Vendor Program, Cardinal, currently serving the Southwest Region. The secondary objective of this standardization initiative is the potential of decreasing the existing Stock Keeping Unit’s (SKUs) and thus dollars held as inventory. The below item detail of the products being purchased within the region will be used to target and cross-match product lists submitted by the vendor. This process will ensure the minimum requirements of the Region are met and help identify possible candidates for elimination (i.e. like product items), as well as potentially minimizing the number of SKUs included in a subsequent incentive agreement. The major facilities in the area include but are not limited to Naval Medical Center San Diego; David Grant Medical Center, Travis AFB; Naval Hospital Camp Pendleton; Robert E. Bush Hospital, Twenty-Nine Palms; Weed Army Community Hospital, Ft. Irwin; Naval Hospital Lemoore; 9th Medical Group, Beale AFB; 30th Medical Group, Vandenberg AFB; 61st Medical Squadron, Los Angeles AFB; 95th Medical Group, Edwards AFB. This standardization action is part of the Medical/Surgical Prime Vendor program executed by the Defense Supply Center Philadelphia, 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 Vendor of 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 Prime Vendor Program and it is not a contract. For additional information regarding DSCP’s Prime vendor program and obtaining a DAPA please access our web site at https://dmmonline.dscp.dla.mil. The Tri-Service Regional Business Office (TRBO) will provide anticipated volume (quantity) based on historical usage/forecasted 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. Anticipated award date is May 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. 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: Cindy Ingrao, RN, MSN at (619) 532-8517; Email- cynthia.ingrao@med.navy.mil B.Products & Performance Required The Southwest Region is seeking product line items in the category of Peak Flow Meters. The product category includes peak flow meters and mouthpieces for adult and pediatric patients. Within this region, this product line has an estimated annual dollar requirement of $35,000. This is a re-evaluation of this product group. A multiple selection is only a possibility if no single vendor can meet the total requirements of the Region and would be based on a combination of MTF preference and product availability. This forecast is based on historical prime vendor sales during a recent 12-month period. At the request of the Southwest Region Military Treatment Facilities vendors will provide on-site support and in-servicing, educational resources and tools for clinical use of the product, conversion information, prime vendor order numbers, MSDS information, and itemization of the brands, types and packaging information of the products offered by the vendor. C. Instructions to Vendors If you are interested in participating in this standardization initiative, email your (1) Company name and address, (2) POC (Name and Phone Number, Fax Number, E-mail address), your answers to the technical questions/criteria below and product literature to cynthia.ingrao@med.navy.mil no later than February 25, 2010. Submissions must be received by COB, 5:00 PM PST on the specified closing date/time of this sources sought notice. Vendors that fail to meet the submittal deadline will be disqualified. If your product literature is more than 4MB in size, please mail your product literature to: Cindy Ingrao, RN, MSN Tri-Service Regional Business Office - Southwest Region 34800 Bob Wilson Drive, Suite 110 San Diego, CA 92134 Phone: (619) 532-8517 This process will include vendor requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of electronic best price offers. Due to the potential for email to become lost in transmission due to network security, etc., the vendor is strongly encouraged to confirm with the Region that its quote and literature actually arrived at the Region via email. All e-mail communication between vendors and the region will be digitally signed by the issuer. We strongly recommend that each submitting vendor confirm receipt, allowing enough time for re-submission before the due date, if a problem should occur with the first transmission. D.Evaluation Criteria Phase I - Technical/Company Evaluation Process. Vendors will be required to provide detailed responses to the technical/company criteria and product literature. Amplifying information about your products may be requested by the Government. The responses will be reviewed under the purview of the TPRB to determine acceptability. All technical/company criteria are weighted equally. The vendors who meet the following technical/company criteria will be qualified/invited to participate in the clinical/performance evaluation process via e-mail communication with each vendor. All communications of significant milestones, such as invitations to participate, notices of disqualification, etc. must be digitally signed. The TPRB will review the responses from the vendors and determine which vendors meet the criteria and determine acceptability. Acceptability for purposes of evaluation of technical/company criteria: Generally, responses to all questions in this section demonstrate: (1) the vendor is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; (2) based on the vendor’s responses, the evaluators have reasonable confidence that the line or products and/or services submitted meet the medical standards of care of the community, applicable to such products or services; (3) the vendor has, or is obtaining a DAPA for the items (vendors that fail to have a DAPA will be disqualified); (4) the vendor has, or is obtaining, an agreement covering the items, with Cardinal, the Prime Vendor for the region (vendors whose products are not available through the regional PV will be disqualified); (5) the vendor intends to provide discounts off DAPA for all products included in this standardization initiative (vendors that fail to provide a discount from DAPA will be disqualified); and (6) the vendor’s information provided is factually correct. Any misrepresentation of information will disqualify the vendor from further consideration. Technical/Company Criteria 1.Vendor must manufacture and/or distribute a complete line of Peak Flow Meters used to assess the peak expiratory flow rate and measure the total expiratory flow. 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: Meter Peak Flow Full Range W/Zone Management, full and low range peal flow meters, adult mouthpiece, and pediatric mouthpiece. 2.Products must meet the most current American Thoracic Society Standards for Spirometry adopted 1994 for Peak Flow Meters for 26 waveforms for accuracy, precision, and reproducibility and the educational guidelines recommended by the National Asthma Education Prevention Program (NAEPP) of the National Institutes of Health. 3.Products must have a logarithmic scale where resolution increases as flow rate decreases to simplify reading of peak expiratory flow rate; have a scale range of 60-800 liters/minute; have a clear chamber that allows patients to note when cleaning is required; have color zone strips which allow setting the personal best effort to the related green, yellow and red zones according to the NAEPP guidelines without calculation; have an internal indicator that cannot be affected by improper hand position on the peak flow meter; made of polycarbonate or acrylic material; have a disposable mouthpiece attachment available for multiple person use of the same peak flow meter; be held in any sized hand; be portable and be assembled in a way that prevents the parts from being lost or broken during disassembly and cleaning. 4.Vendors must provide one copy of written instructions/procedures for cleaning of your products; one copy of a diary for recording daily peak flow measurements and one copy of product literature in an electronic format and one copy of printed literature and/or catalog. 5.Vendors must list the types of educational tools or materials they have for this product line and the type of staff training provided. 6.Vendors must have a DAPA or be in the process of applying for a DAPA number for the Peak Flow Meters & Supplies product line. Provide the DAPA number or proof of the application process with the initial submission. Vendors that fail to have a DAPA or show a lack of progress in obtaining a DAPA will be disqualified. 7.Vendors must have a separate agreement with the prime vendor Cardinal Health for distribution in the Southwest Region. Vendors whose products are not available through Cardinal Health will be disqualified. 8.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. 9.Vendors must have a vendor representative(s) available in the Southwest Region. Please provide contact information, i.e. name, address, phone number, and e-mail address with the initial submission. 10.Vendors must provide proof of corrective actions(s)/ resolution for any history of back orders and/or recalls that occurred during the most recent 12-month period. Vendors will not have an opportunity to provide additional information on back orders and recalls during any subsequent stage in this evaluation. 11.Vendors must identify if there is any latex component in the device or packaging. 12.Vendors must provide the brand(s) of the products they manufacture or distribute. Phase II - Clinical/Performance Evaluation Process. The TPRB will request samples and product literature from the product group to be clinically evaluated at selected Military Treatment Facilities. Vendors are required to ship samples directly to the designated MTFs. Vendors will be given 14 calendar days to ship samples. Samples must arrive at the MTF by COB, 5:00 PM PST, on the 14th calendar day after the notice to ship. Vendors failing to deliver by the deadline will be disqualified from further consideration in the standardization process. The MTFs will evaluate the clinical/performance criteria using a scale from one (1) to five (5) where 1 = Does Not Meet Criteria, 2 = Partially Meets Criteria, 3 = Meets Criteria, 4 = Exceeds Criteria and 5 = Exceptionally Exceeds Criteria. All clinical/performance criteria are weighted equally. The score of each criterion will be analyzed. If the score of the clinical/performance criterion partially meets or does not meet criteria, that vendor will be ineligible for RIA award consideration. The evaluations are conducted in a non-clinical setting. A Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products based upon on the following evaluation criteria to determine acceptability. Clinical/Performance Criteria 1.The peak flow meter is easy to use and requires minimal training. a.The peak flow meter must be easy enough to use with minimal training so that children as well as adults can use it without difficulty or need for repeated instruction. b.This criterion will be evaluated in the non-clinical setting by reviewing the instructions for use and any training aids and following them at least 1 time. c.The evaluator will carefully scrutinize the instructions for use and any training aids. The expectation is that the instructions and training aids will be satisfactorily clear enough to teach the patient how to use the meter. 2.The peak flow meter provides consistent reproducible measurements. a.The peak flow meter must provide consistent reproducible measurements to insure the patient’s disease is managed appropriately. b.This criterion will be evaluated in the non-clinical setting by use of the peak flow meter at least 2 times. c.The evaluator will use the meter and measure the results taking note to determine if the measurements are reproducible. The expectation is that measurements will be consistent and reproducible. 3.The peak flow meter and mouth pieces are easy to clean and dry overnight following cleaning. The instructions for care, cleaning and disinfection are clear in English and Spanish. The diary provided for recording daily peak flow measurements is clear and easy to use. a.The meter and mouth pieces must be easy to clean and dry quickly to insure bacteria don’t accumulate and put the patient at risk for infection. The instructions and diary must be clear and in languages common to the population so they are easy to understand and follow. b.This criterion will be evaluated in the non-clinical setting by cleaning the meter and reviewing the instructions and diary at least 1 time. c.The evaluator will clean the meter and mouth pieces as described in the instructions and review the instructions and diary for clarity and ease of use. The expectation is that the meter and mouth pieces will be easy to clean and air dry quickly and the instructions and diary are satisfactorily clear enough for the patient to understand and use. 4.The peak flow meter and mouth pieces are in a user friendly design; can be held in any position to encourage patient compliance and can be held in any sized hand and portable. a.The meter and mouth pieces must be in a design that is ergonomically ambidextrous for both pediatric and adult patients and easily portable to encourage compliance. b.This criterion will be evaluated in the non-clinical setting by use of the product at least 2 times. c.The evaluator will handle the meter and mouth pieces and verify if the design of both are designed to aid in handling in either hand, small or large, can be used in any position and is portable. The expectation is that the meter and mouth pieces will be ergonomically ambidextrous for both pediatric and adult patients and easily portable. Phase III – Pricing Analysis Process. All vendors who provide samples for clinical evaluation will be asked to submit best value pricing for analysis. Vendors will be given 14 calendar days from the date of request to submit their best pricing, in a prescribed format, based upon the total requirements of the Southwest Region. The Region intends to evaluate pricing and select a vendor or vendor(s), without discussions. Vendor pricing should contain the vendor's best product matches for the products or product lines requested in this announcement. Vendor pricing 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 Region). Additionally, the Region reserves the right to conduct discussions and request revised pricing, if it is determined to be necessary. 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). The following elements will be considered in the pricing analysis: (1) Impact of RIA prices on the Region (Post-Standardization Costs), (2) Potential Cost Avoidance, (3) Impact of Unmatched Lines, and (4) Consideration of SKUs by each vendor. The impact of RIA prices on the Region is considered more important than other pricing elements. The Technical/Company and Clinical/Performance evaluation factors, when combined, are considered significantly more important than cost or 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 submit a discount off the DAPA price will result in exclusion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/APP-9-10-1001-001/listing.html)
- Record
- SN02057694-W 20100206/100204235114-b075b1b8655fa82244bc198df9221312 (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 |