Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2011 FBO #3436
SOLICITATION NOTICE

65 -- Oral Airways

Notice Date
4/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies 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-1011-09_Oral_Airways
 
Archive Date
5/27/2011
 
Point of Contact
Mary Summers, Phone: 808-433-3686, Corazon toledo, Phone: 808.433.3686
 
E-Mail Address
mary.summers1@us.army.mil, Corazon.M.Toledo.ctr@us.army.mil
(mary.summers1@us.army.mil, Corazon.M.Toledo.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 Oral Airways. 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 (SA) 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(s) 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 requirements 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 will make a single selection for this standardization effort. 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: Wilford 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, 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 Troop Support Medical's PV program please access its web site at https://dmmonline.dscp.dla.mil This IA standardization initiative will be a Three Phase IPP Process: vendor (s) who meets the technical / company requirements in Phase I will be invited to advance and participate Phase II where no-charge products will be provided for clinical evaluation and Phase III where pricing will be required for submittal. Phase II and Phase III will be run concurrently. 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 August 2011. The selection will be based on the product and vendor that provides the Best Value to the enterprise. Products and vendors that meet or exceed the technical and clinical performance requirements 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. B. Products & Performance Required. The MMESOs, are seeking product line items in the category of Oral Airways. Within the MMESOs, this product line has an estimated annual dollar requirement of $118,184.77. This forecast is based on historical Medical Product Data Bank (MEDPDB) sales during a recent 12-month period. Based on the recent 12-month usage data, forty one (41) line items of the total two hundred (200) line items, account for 77% ($85,567.51) of the total volume in sales ($118,184.77) 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 41lines. This represents the line item, or SKU, reduction that is an additional objective of this program. C. Instructions to Vendors A vendor interested in participating in this standardization initiative will be required to provide an initial response to the FBO-posted RFIAQ to Mary Summers, MMESO Pacific Team Leader, mary.summers1@us.army.mil The vendor's initial responses will include detailed information requested in the technical/company requirements listed in the FBO RFIAQ 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., vendor is 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. A vendor that does not meet the deadline of COB 5:00PM Hawaii Standard Time (HST) on the date listed for closing (per the FBO RFIAQ), will be disqualified from further consideration in the standardization initiative. The MMESO Pacific will request responses to the technical/company requirements, no charge literature, no charge sample sets, and best available pricing from each interested vendor. D. Source Selection Procedures The MMESO Joint Product Review Board (JPRB) 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 Designated Senior Logisticians (DSLs) and co-chaired by Designated Senior Clinicians (DSCs) in the MMESO AORs and include clinicians and logisticians for Medical Treatment Facilities (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 discounts off of the vendor's DAPA pricing based on committed volume of 80% of the total requirements of the MTFs. The MMESO Pacific reserves the right to conduct discussions and request revised quotes, if determined necessary. 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. Vendor must meet the technical requirements for continued consideration in this initiative. Vendor who does 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. A vendor who meets 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 technical/company requirements outlined below. The eleven (11) requirements below must be answered with the vendor's initial submittal by the response date stated in the FBO announcement; During the acquisition planning process, the MMESO CPT validated/approved the technical/company requirements outlined below. The eleven (11) requirements below must be answered with the vendor's initial submittal by the response date stated in the FBO announcement. A vendor who does not meet these requirements or who does not submit documentation to support these requirements with initial submittal will be disqualified in Phase I. 1. Vendor MUST provide a complete line of Oral Airway products to include at a minimum all products listed: Required Items AIRWAY ORAL BERMAN 100MML POLYETHYLENE NON-STERILE DISPOSABLE AIRWAY ORAL GUEDEL 100MML PLASTIC NON-STERILE DISPOSABLE AIRWAY ORAL GUEDEL 90MML PVC NON-STERILE DISPOSABLE AIRWAY ORAL BERMAN 90MML POLYETHYLENE NON-STERILE DISPOSABLE AIRWAY ORAL BERMAN 80MML POLYETHYLENE NON-STERILE DISPOSABLE AIRWAY ORAL GUEDEL 80MML PLASTIC NON-STERILE DISPOSABLE AIRWAY ORAL GUEDEL 70MML PVC NON-STERILE DISPOSABLE AIRWAY ORAL BERMAN 70MML PLASTIC LATEX-FREE NON-STERILE DISPOSABLE AIRWAY ORAL BERMAN 60MML POLYETHYLENE NON-STERILE DISPOSABLE AIRWAY ORAL BERMAN 50MML POLYETHYLENE NON-STERILE DISPOSABLE * Operational usage items are included in this list of Oral Airways. 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 RFIAQ with initial submittal. (A vendor who does not have a complete product line as above will be disqualified in Phase I). 2. Vendor MUST have a DAPA or be in the process of obtaining a DAPA for the Oral Airway product line. Vendor MUST provide the DAPA number with initial submittal or provide documentation that DAPA has been applied for with response submittal. 3. Vendor must have agreements with the current Med/Surg Prime Vendors for each MMESO AOR, i.e. Cardinal Health and Owens & Minor for Oral Airways or be in the process of obtaining Prime Vendor agreements. Vendor must provide documentation to support agreements with initial submittal. 4. Vendor MUST submit discounts off DAPA for all products included in this standardization initiative. Note: vendor that fails to submit a discount from DAPA will be disqualified. Where lower FSS prices are available, DAPA holder is required to provide the FSS price as the DAPA price. Vendor shall not quote FSS prices as the discounted price for purposes of this standardization initiative.. 5. Vendor MUST provide Oral Airways and supporting documentation that these products are Latex Free/Safe. 6. Vendor MUST provide Oral Airway products and supporting documentation indicating that these items are disposable and individually wrapped. 7. Vendor MUST provide Oral Airway products and supporting documentation indicating that these items are vented midway openings to assure ventilating channel and permits access of a suction catheter even if airway shifts or is partially occluded. 8. Vendor MUST provide Oral Airway products and supporting documentation indicating that these items have antimicrobial coating, anatomically curved contour, and a smooth, non-brittle finish that permits easy insertion without danger of breaking when distorted. 9. Vendor MUST provide Oral Airway products and supporting documentation indicating that these items are kink-resistant and have rigid bite block to help maximize airway patency. 10. Vendor MUST provide Oral Airway products and supporting documentation indicating that these items are color-coded with non-toxic dye for easy identification of sizes, and sizes must be embossed in "mm" on airway device and visible on outer end of device for reference while in place on patient. 11. Vendor MUST provide Oral Airway products and supporting documentation indicating that these items are made of material compatible with alcohol, hydrogen peroxide, and normal saline solutions for cold sterilizing. Phase II - Clinical Performance Clinical Performance Evaluation Following acceptability of the technical/company requirements, the MMESO Pacific, on behalf of the CPT, will request product samples sets from the product group to be sent to the CPT members at the participating MTFs. Vendor 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 for each MTF on the 30th calendar day after the notice to ship. Vendor 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. Vendor who cannot or does not meet this requirement will be disqualified from the standardization process. Vendor 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 size and type listed below are to be provided as samples to each of the evaluation sites as identified in the letters of invitation. Item Description AIRWAY ORAL BERMAN 100MML PLASTIC LATEX-FREE NON-STERILE DISPOSABLE AIRWAY ORAL GUEDEL 100MML PLASTIC LATEX-FREE NON-STERILE DISPOSABLE 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 JPRB has established a 4.0 as the Clinically Preferred threshold of products for standardization. Vendor 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. Vendor that has been disqualified will be notified in writing upon disqualification. 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 evaluator will evaluate each Oral Airway product sample from each vendor against the established requirements. Each evaluator will evaluate or trial each participating vendor's product line in a non-clinical/non-patient care setting. There will be approximately twenty (20) MTFs 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. (Clinician Efficiency of Care/Patient Safety in Anesthesia and Emergency Medicine Practice) The device allows easy insertion into the mouth. 2. (Clinician Efficiency of Care/Patient Safety in Anesthesia and Emergency Medicine Practice) The device is kink-resistant to maintain stability and facilitate the movement of air into the lungs. 3. (Clinician Efficiency of Care/Patient Safety in Anesthesia and Emergency Medicine Practice) The device is easily removed by pulling it out of the mouth. 4. (Clinician Efficiency of Care/Patient Safety in Anesthesia and Emergency Medicine Practice) The package is easily identifiable as to size and type of the product. 5. (Clinician Efficiency of Care/Patient Safety in Anesthesia and Emergency Medicine Practice) The product performs reliably and should have a smooth, non-brittle finish that has the ability to remove secretions and permits easy insertion without danger of breaking when distorted. 6. (Clinician Efficiency of Care/Patient Safety in Anesthesia and Emergency Medicine Practice) The product is easy to use and is durable. 7. (Clinician Efficiency of Care/Patient Safety in Anesthesia and Emergency Medicine Practice) The package is easy to open. Phase III Pricing Analysis 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. Vendor 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 submitted to the MMESO Pacific, and must be received 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 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. The MMESO DSLs and DSCs intend to evaluate quotes and select a vendor on initial submissions/quotes. 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 vendor's offered prices to the anticipated annual usage of each MMESO. 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-1011-09_Oral_Airways/listing.html)
 
Place of Performance
Address: Tripler Army Medical Center, 1 Jarrett White Road, Attn: Logistics Department-MCHK-LD, Tripler AMC, Hawaii, 96859-5000, United States
Zip Code: 96859-5000
 
Record
SN02429564-W 20110422/110420235746-411e204d563fceb6852df3be0988f964 (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.