Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2011 FBO #3373
SOLICITATION NOTICE

65 -- IV Catheters

Notice Date
2/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
MP-1010-05_IV_Catheters
 
Archive Date
3/25/2011
 
Point of Contact
Mary Summers, Phone: 808-433-3686, Wendy Sprouse, Phone: 808-433-7985
 
E-Mail Address
mary.summers1@us.army.mil, wendy.a.sprouse.ctr@us.army.mil
(mary.summers1@us.army.mil, wendy.a.sprouse.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Medical Materiel Program Office (DMMPO) Medical Materiel Enterprise Standardization Office (MMESO) announces a Request for Incentive Agreement Quotation (RFIAQ) for the standardization of IV Catheters. The MMESO Pacific is the lead MMESO for this project. The primary objective of this program is to standardize the quality of care across the MMESO North, South, West, Pacific, Europe (hereafter referred to as MMESOs) areas of responsibility (AOR) and operational assemblages based on the critical balance of clinical efficacy and value. This Standardization Action will apply to all MMESOs. It is intended for this initiative to result in the standardization of a technically and clinically preferred product (s) and source for institutional and operational medicine requirements at the best possible price. It is intended for this initiative to result in the reduction of Stock Keeping Units (SKUs) and National Stock Numbers (NSN). It is also intended that standardized products be obtained through the Department of Defense (DoD) Prime Vendor (PV) Program. As an enterprise-wide clinically driven program, vendors and products must meet specific technical requirements plus products must meet or exceed specific clinical performance expectations as a primary consideration. Among vendors who meet the technical requirements and the products that meet or exceed the clinical the clinical preferred threshold, best price will determine selection. It is intended that the selected vendor (s) for this SA support the enterprise goal of medical materiel standardization that combines operational and institutional requirements. The government is seeking a single award for this SA. The major facilities in the MMESOs include, but are not limited to MMESO North: Walter Reed Army Medical Center, National Naval Medical Center, Naval Medical Center Portsmouth, Wright-Patterson Medical Center; MMESO South Wellford Hall Medical Center, Brook Army Medical Center, Naval Hospital Jacksonville, Martin Army Community Hospital; MMESO West Naval Medical Center San Diego, Madigan Army Medical Center, Irwin Army Community Hospital, Mike O'Callaghan Federal Hospital; MMESO Pacific Tripler Army Medical Center, Honolulu, HI, 18th Medical Group, Kadena AB, Okinawa, US Naval Hospital, Yokosuka, Japan; MMESO Europe Landstuhl Regional Medical Center, Landstuhl, GE, US Naval Hospital, Naples, Italy, the 48th Medical Group, Lakenheath, UK; and Operational U.S. Forces. This standardization action is part of the Medical/Surgical PV program executed by the Defense Logistics Agency (DLA) Troop Support (TS), Directorate of Medical Materiel. To participate, your company must have a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the current Med-Surg PV for each MMESO Area of Responsibility (AOR), i.e., Cardinal Health, and Owens & Minor. This requirement is pursuant to the DAPA clause by which DAPA holders agree to the standardization process and agree to allow PVs to distribute their products. The Incentive Agreement (IA) resulting from this RFIAQ is a supplement to the PV Program and is not a contract. For additional information regarding DLA TS Medical's PV program please access its web site at https://dmmonline.dscp.dla.mil This IA standardization initiative will be a Two Phase IPP Process: vendor (s) who meets the technical / company requirements in Phase I will be invited to advance and participate in Phase II where pricing will be required for submittal along with no charge product samples for clinical evaluation. The resulting IA will be for a base period of two (2) years (24 months) from date of selection with three (3) 12-month "option" periods not to exceed a total of 5 years. Anticipated selection date is April 2011. The selection will be based on the product and vendor that provides the Best Value to the enterprise after consideration of technical requirements, clinical and pricing factors. Products and vendors that meet or exceed the technical and clinical performance expectations will be considered clinically preferred products and sources. Among vendors who meet the technical requirements and the products that meet or exceed the clinically preferred standard, best price (i.e. lowest Aggregate Post Standardization Cost) will determine selection. Point of Contact: Mary Summers, MMESO Pacific Team Leader, mary.summers1@us.army.mil and 808-433-3686, Wendy Sprouse, MMESO Pacific Clinical Analyst, wendy.a.sprouse.ctr@us.army.mil and 808-433-7985. B. Products & Performance Required. The MMESOs, are seeking product line items in the category of IV Catheters. Within the MMESOs, this product line has an estimated annual dollar requirement of $9,601,711. This forecast is based on historical prime vendor sales during a recent 12-month period. Based on the recent 12-month usage data, twenty six (26) line items of the total one hundred six (106) line items, account for 84.1% ($8,072,718) of the total volume in sales ($9,601,711) in the MMESOs and are procurement significant. The top high volume usage lines for this project are shown in the Technical/Company Requirements below, consolidated by product type to reduce duplication within the top 26 lines. This represents the line item, or SKU, reduction that is an additional objective of this program. C. Instructions to Vendors Vendors interested in participating in this standardization initiative will provide an initial response to the FBO-posted RFQ to Mary Summers, MMESO Pacific Team Leader, mary.summers1@us.army.mil and Ms. Wendy Sprouse, Clinical Analyst, wendy.a.sprouse.ctr@us.army.mil. The vendors' initial responses will include detailed information requested in the technical/company criteria listed in the FBO RFQ and must also include: (1) Company name and address; (2) Company Point of Contact (POC) (Name and Phone Number, Fax Number, and E-mail address); and (3) Identification of the RFIAQ to which the vendor is responding. Due to the potential for e-mail to be lost in transmission, from network security, etc., vendors are strongly encouraged to confirm with the MMESO Pacific that their initial submission, quote and literature actually arrived at the MMESO Pacific 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 Hawaii Standard Time (HST) on the date listed for closing (per the FBO RFQ), will be disqualified from further consideration in the standardization initiative. The MMESO Pacific will request responses to the technical/company criteria, no charge literature, no charge sample sets, and best available pricing from each interested vendor. D. Source Selection Procedures The MMESO Tri-Service Product Review Board (TPRB) will serve as the forum for clinical recommendations for product selection, seeking and evaluating opportunities for committed volume purchase agreements, and coordinating logistics efforts in support of DoD Components. The boards are chaired by DSLs and co-chaired by DSCs in the MMESO AORs and include clinicians and logisticians for MTFs within each MMESO. The Clinical Advisory Committee (CAC) members are the deciding officials for this initiative. The MMESO DSLs and DSCs intend to evaluate quotes and select a vendor on initial submissions/quotes. 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 MMESOs AND a tier pricing in the event of a multiple vendor selection for the products or product lines requested in this announcement. The MMESO Pacific reserves the right to conduct discussions and request revised quotes, if determined necessary. The MMESO Pacific reserves the right to limit the number of quotes to the greatest number that will permit an efficient competition among vendors. The MMESO Pacific reserves the right to make a down-selection during the evaluation process based on considerations of efficient competition. Phase I Technical / Company Requirements The MMESO CPT will review the responses from the vendors and determine which vendors meet the technical/company requirements and determine acceptability. Vendors must meet the technical requirements for continued consideration in this initiative. Vendors who do not meet the requirements will be disqualified. Failure to provide any requested information or meet any of the technical requirements will disqualify the vendor from further consideration. The vendors who meet the following technical/company requirements will be qualified/invited to participate in the clinical/performance selection and will be requested to submit their best product/price discount quotes via an email communication. All communications of significant acquisition milestones (such as invitations to participate, or notices of disqualification) should be digitally signed. Technical/Company Requirements: During the acquisition planning process, the MMESO CPT validated/approved the equally weighted company/technical requirements outlined below. The six (6) requirements below must be answered with the vendor's initial submittal by the response date stated in the FBO announcement; 1. Vendor MUST provide a line of IV Catheters products that includes at a minimum the specific products identified below for IV Catheters: single use and disposable, latex free/safe, does not contain PVC, has catheter hub that is compatible with IV tubing, and the safety feature is an integral part of the device and not an accessory. a. 14 GA 1 1/4 inch Radiopaque Latex Free Safety IV Catheter 14 GA 3-1/4 inch Radiopaque Latex Free IV Catheter 16 GA 1-1/4 inch Radiopaque Latex Free Safety IV Catheter 18 GA 1-1/8 inch Radiopaque Latex Free Safety IV Catheter 18 GA 1-1/8 inch Radiopaque Winged Latex Free Safety IV Catheter 18 GA 1-1/4 inch Radiopaque Winged Latex Free Safety IV Catheter 18 GA 1-1/4 inch Radiopaque Latex Free Safety IV Catheter 20 GA 1 inch Radiopaque Latex Free Safety IV Catheter 20 GA 1-1/4 inch Radiopaque Winged Latex Free Safety IV Catheter 20 GA 1-1/4 inch Radiopaque Latex Free Safety IV Catheter 22 GA 1 inch Radiopaque Latex Free Safety IV Catheter 24 GA 1/2 inch Radiopaque Latex Free Safety IV Catheter 24 GA 1/2 inch Radiopaque Winged Latex Free Safety IV Catheter 24 GA 3/4 inch Radiopaque Latex Free Safety IV Catheter b. Vendor MUST provide a complete itemized list of items supplied (manufacture and/or distribute by brands and descriptions) via excel sheet, and product catalog & literature in response to this RFQ with initial submittal. Vendors are required to supply all items listed in all sizes and device type. (Vendors who do not have a complete product line as stated above will be disqualified in Phase I). c. Operational usage items are included in this list of IV Catheters. 2. Vendor MUST have a DAPA or be in the process of obtaining a DAPA for the IV Catheters product line. Vendor MUST provide the DAPA number with initial submittal or provide documentation that DAPA has been applied for with response submittal. Vendors without a DAPA number or those that have not applied for a DAPA will be disqualified in Phase I. 3. Vendor MUST have agreements with the current Med/Surg prime vendors for each MMESO AOR, i.e. Cardinal Health and Owens & Minor for IV Catheters or be in the process of obtaining Prime Vendor agreements. Vendor must provide documentation to support agreements with initial submittal. Vendors whose products are not available through the Prime Vendors or who have not applied for PV distribution will be disqualified in Phase I. 4. Vendors MUST submit discounts off DAPA for the products included in this standardization initiative. (Note: vendors that fail to submit a discount from DAPA will be disqualified. Where lower FSS prices are available, DAPA holders are required by previous agreement to provide the FSS price as the DAPA price. Vendors shall not quote FSS prices as the discounted price for purposes of this standardization initiative. Vendors who do not provide discounts off DAPA for ALL products in Phase II will be disqualified.). Phase II Clinical Performance and Pricing Analysis. Clinical Performance Requirements Following acceptability of the technical/company criteria, the MMESO Pacific, on behalf of the CPT, will request product sample sets from the product group to be sent to the CPT members at the participating MTFs. Vendors will be given 30 calendar days from the issue of the notice in which to deliver the product samples for clinical evaluation at Phase II. Product samples must be shipped to arrive at the designated addresses by 5:00PM local time on the 30th calendar day after the notice to ship. Vendors MUST be able to deliver product literature, training materials and evaluation samples to the MMESO Pacific via FedEx or UPS AND to the MMESO Europe via United States Postal Service (USPS) and throughout the United States when requested in Phase II. Vendors who cannot or do not meet this requirement will be disqualified from the standardization process. All vendors must send the MMESO Pacific verification regarding the shipment of literature and samples. This information will include the date of shipment, final delivery date, and tracking numbers and the carrier used by the vendor. Vendor will provide ONLY the following no cost product samples for clinical/performance evaluation. (Unused samples will not be returned). One (1) box of each gauge and length listed below are to be provided as samples to each of the evaluation sites that will be identified in the letters of invitation. 18 GA 1-1/4 inch Radiopaque Winged Latex Free Safety IV Catheter 18 GA 1-1/4 inch Radiopaque Latex Free Safety IV Catheter 24 GA 1/2 inch Radiopaque Latex Free Safety IV Catheter 24 GA 1/2 inch Radiopaque Winged Latex Free Safety IV Catheter The clinical/performance acceptability evaluation period will last for fourteen (14) calendar days. The acceptability evaluation responses will be in a Likert scale format with a one (1) through five (5) scoring range. The scale descriptors are: one (1)-Completely unacceptable, two (2)-overwhelmingly unacceptable, three (3)-partially unacceptable, four (4)-acceptable, and five (5)-highly acceptable. The MMESO TPRB has established a 4.0 as the Clinically Preferred threshold of products for standardization. Vendors scoring below the clinically preferred threshold will be disqualified from selection for this standardization initiative. Of those Vendors that are qualified as clinically preferred, selection will be based on best price. Vendors that have been disqualified or have not been selected will be notified in writing at the conclusion of the evaluation process (CAC approval of selection). Clinical /performance evaluations by the participating CPT facilities will be tabulated resulting in one score per participating MMESO per vendor. The participating MMESOs' scores by vendor will then be combined resulting in one final vendor performance evaluation score. All clinical/performance evaluations will be tabulated by the MMESO Pacific, and results will be forwarded to the MMESO CPT for final review. Each criterion for IV Catheters will be evaluated by at least three (3) trials (each clinical trial site will have at least three (3) clinical evaluators who will each evaluate all samples one time), in a clinical/ patient care setting. There will be approximately fourteen (14) Medical Treatment Facilities enterprise wide that will be evaluating products. Clinical/Performance Requirements: During the acquisition planning process, the MMESO CPT validated/approved the clinical/performance requirements outlined below: 1. (NPSG.07.02.01) The Safety IV Catheter tip is inspected identifying that it is free of burrs or grooves, and identifying the needle bevel is sharp so as to facilitate ease of insertion. 2. (NPSG.07.02.01) The Safety IV Catheter should be readily identified by visual inspection as a Safety IV Catheter and can quickly identify the manufacturer's safety feature (active or passive). 3. (NPSG.07.02.01) The IV catheter has the size, length and gauge clearly marked on the device or packaging. 4. (NPSG.07.02.01) Once the Catheter "safety" element is triggered, the safety feature locks the catheter needle safely in place during each of the trials. 5. (NPSG.07.02.01) The device allows for visualization of flashback in the chamber/hub. Price Analysis Upon completion of the Phase I - Technical/Company Requirements, vendors who are found technically acceptable will be qualified /invited to provide their product samples and price discount quotes concurrently. Vendors will be given 30 calendar days from the date of pricing requests, to submit IA pricing quotes, in a prescribed electronic spreadsheet format, based upon the requirements of the MMESOs. Pricing must be received at the MMESO Pacific by 5:00 PM HST, thirty (30) calendar days after the issue date of the vendor notice to submit best price quotes. Vendor quotes should contain the vendor's best product matches for the specific products requested in this announcement. The MMESO DSLs and DSCs intend to evaluate quotes and select a vendor on initial submissions/quotes. Vendor quotes should contain the vendor's best tiered-pricing discounts off of the vendor's DAPA pricing for the products identified in this announcement (based on committed volume of 80% of the total requirements of the MTFs in the MMESOs. Price will be analyzed based on the projected Aggregate Post-Standardization costs for each vendor. Aggregate Post-Standardization Cost will be calculated for each vendor by applying the vendors' offered prices to the anticipated annual usage of the enterprise. Unmatched items will be represented in the Post-Standardization Cost at a baseline non-discounted price (current DAPA price of product with highest procurement). Among the products and sources that were determined to be clinically preferred, the best price Aggregate Post-Standardization Cost will be selected.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/MP-1010-05_IV_Catheters/listing.html)
 
Place of Performance
Address: Tripler Army Medical Center, 1 Jarrett White Road, Honolulu, Hawaii, 96859-5000, United States
Zip Code: 96859-5000
 
Record
SN02381060-W 20110218/110216234056-fba321b2c91a62ad61f0e959603bac4f (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.