Federal Bid

Last Updated on 02 Jun 2007 at 4 AM
Sources Sought
Fort gordon Georgia

65--Surgical Drapes, Gowns & Drape Packs

Solicitation ID W91YTV-07-0005
Posted Date 12 Mar 2007 at 4 AM
Archive Date 02 Jun 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Southeast Regional Contracting Office
Agency Department Of Defense
Location Fort gordon Georgia United states 30905
THIS IS A SOURCES SOUGHT NOTICE. FOR FURTHER INFORMAITON CONTACT MS GINNY SLAYTON AT 706-787-2019 OR [email protected] Potential sources sought to participate in the regional standardization of Surgical Drapes, Gowns & Drape Packs. A. General Information: TRICARE Southeast Region, a military integrated delivery network, comprised of Army, Navy, Air Force, Marine Corps and Coast Guard medical treatment facilities (MTFs) in the states of states of Alabama, Georgia, Florida, Mississippi, South Carolina, T ennessee, and affiliated areas of Puerto Rico, Honduras, and Cuba announces a Request for Regional Incentive Agreement Quotation (REFRIAQ) for the standardization of Surgical Drapes, Gowns & Drape Packs. The major facilities in the area includes: MacDill AFB, FL, Eglin AFB, FL, Keesler AFB, MS, Fort Benning, GA, Fort Gordon, GA, Fort Stewart, GA, Fort Jackson, SC, Naval Hospital Jacksonville, FL, Naval Hospital Beaufort, SC, and Naval Hospital Pensacola, FL. This procurement 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) with the Defense Supply Center Philadelphia (DSCP) 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 di stribute their items. This is a supplement to the Prime Vendor Program and it is NOT a contract. For additional information regarding DSCPs Prime Vendor program please access the web site at: https://dmmonline.dscp.dla.mil. The TRBO will provide anticipated volume (quantity) based on historical usage/forecasted requirements. The agreement with incentive pricing will be based on a committed volume for a base period of two (2) years (24 months) from the date of award with t hree (3) - 12 month option periods (not to exceed 5 years). A single award is intended in this project; however, the Southeast Region acknowledges the possibility of more than one award. Anticipated award date is September 2007. The evaluation will be b ased on clinical, technical, and pricing factors. The award will be determined utilizing Best Value/trade off criteria. Point of Contact is Ginny Slayton, (706) 787-2019, [email protected]. B. Products & Performance Required The Southeast Region is seeking product lines in the category of Surgical Drapes, Gowns & Drape Packs. The estimated total volume for Surgical Drapes, Gowns & Drape Packs is $304,203.44. This is based on the historical prime vendor sales for a 12-month period. At the request of the Southeast 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, and itemizat ion of the brand, types and packaging information of the products offered by the vendor. C. Instructions to Offerors If your are interested in participating in this standardization, you must provide all detailed information on Surgical Drapes, Gowns & Drape Packs, which clearly outline the requirements stated within this notice along with a copy of your published lite rature to support all responses by 4:00 P.M. EST on the date listed for closing on the FBO announcement. All interested offerors are to provide electronically responses by email. Send all corresponding information along with the following: Company name, point of contact, address, phone number, fax, email address, Solicitation Number, Complete answers, and electronic set of published literature for Surgical Drapes, Gowns, & Drape Packs, to Ginny Slayton, [email protected]. (706) 787-2019 prior t o the closing date of this solicitation in order to remain co mpetitive. This process will include vendor(s) requirements of electronic responses to technical criteria, no charge samples for clinical evaluation, and submission of best price offers. D. Evaluation Criteria The Tri-Service Product Review Board (TPRB) is the governing board of the standardization process. This board includes clinicians and logisticians from nine Military Treatment facilities in the Southeast Region. They are the final decision makers for this initiative. During Phase I, vendor(s) will be required to the provide responses to the technical/company criteria. Vendors who do not meet the deadline for the solicitation response will be eliminated from the standardization process. The Clinical Product Team (C PT) comprised of medical professionals from several disciplines will review the responses and determine acceptability. After review of technical/company criteria, those vendors who meet the criteria will be invited to participate in Phase II, the clinical /performance evaluation. During Phase II, the Tri-Service Regional Business Office (TRBO) will request product samples from the product group to be clinically evaluated at select Military Treatment Facilities. Vendor(s) are required to ship samples direct to the MTFs. Vendor s will be given 10 business days from the issue of the notice to ship samples. Vendors who do not send samples by 6:00 P.M. on the 10th business day will be eliminated from the standardization process. The MTFs will evaluate the clinical/performance criteria using a Likert like one to five rating scale. One is equal to not acceptable and five is equal to highly acceptable. All clinical/performance questions will be weighted equally. The CPT has s et a 3.5 acceptability threshold for all product groups. Clinical/performance results lower than a 3.5 will not be considered acceptable and will be disqualified from further consideration in the standardization process. After the clinical/performance evaluation are completed and analyzed, all vendors in the clinical evaluation group who met the 3.5 threshold will be invited to participate in Phase III, pricing evaluations. All vendors will be asked to submit their b est pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Southeast Region. Clinical/performance factors will be weighted more heavily than price. Pricing will be evaluated based on the 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 exc eed 5 years). 1. Technical/Company Criteria Evaluation In Phase I, the Clinical Product Team will review the following technical/company criteria responses from each vendor and determine acceptability. Acceptability for purposes of evaluation of technical/company criteria: Generally, responses to all questio ns in this section demonstrate that: 1) the business concern offering the quote is a distributor or manufacturer of a complete line of the subject medical/surgical consumables; 2) based on the quoters responses, the evaluators have reasonable confidence that the line or products and/or services offered meet the medical standards of care of the community, applicable to such products or services; 3) the quoter has a DAPA for Surgical Drapes, Gowns & Drape Packs; 4) the quoter has an agreement covering the i tems, with Owens & Minor, the Prime Vendor for the region. a. Vendor must have a DAPA number for Surgical Drapes, Gowns & Drape Packs. Provide DAPA number. b. Vendor must have an agreement with the Prime Vendor, Owens & Minor, for the Southeast Region. What is your prime vendor conversion number? c. Vendor(s) must provide and attach a copy of all itemized brand(s) and styles that are manufactured and/or distributed for all Surgical Drapes, Gowns & Drape Packs. d. Vendor(s) must meet industry production and safety standards used in manufactu ring this product. Provide the information on production standards. e. Vendor(s) must identify if company has had history of back orders and/or recalls for the product line. Explaining the a) dates and duration b) cause, c) resolution. f. Vendor(s) will attach and provide company return goods policy & all warranties. g. What types of educational tools or materials do you have for this product line? h. What kind of staff training does your company provide? i. Does your company provide 24/7 customer service? j. Vendor(s) must be able to provide electronic and hard copy proposed pricing and competitive product cross reference in electronic excel format upon request. k. Are your products latex free? Provide and attach a copy of all latex free items. l. Does your company manufacture and/or distribute a complete line of Surgical Drapes, Gowns & Drape Packs to include but not limited to various sterile drapes & gowns sizes, and various drape packs? m. Can your company provide Drape Packs customized to facility specifications? Provide literature to support. n. Under what Flammability Standards are your products manufactured? 2. Clinical/Performance Criteria Evaluation In Phase II, a Clinical Product Team (CPT) comprised of medical professionals from several disciplines will evaluate the products based upon the following evaluation criteria to determine acceptability against the following criteria. Drapes: a. Contents and expiration date is easy to identify from package. b. Draping is easy and without compromising sterility. c. Drapes are specifically designed for surgical procedure. d. Adhesive material is adequate and effective. e. Drapes allows for adequate exposure of surgical site without compromising sterility. f. Drape material allows for adequate coverage of surgical field. g. Drape resistance to blood strike-through is effective. h. Drape fluid resistance is effective. i. Product memory is minimal. j. Drape material will not allow wicking. k. Drape Pouches and Pockets are adequate, convenient, and effective. l. Drape maintains durability and integrity. m. Drape material will accommodate stapling devices without breakdown. n. Drape smell is acceptable. o. Drape Packs performs as designed. p. Drapes are lint free. Gowns a. Donning gown is easy without compromising sterility. b. Gown size, comfort, and breathability is acceptable. c. Gown resistance to blood strike-through is effective. d. Gown fluid resistance is effective. e. Gown maintains durability and integrity. f. Gown smell is acceptable. g. Gown snaps/Velcro closure devices are effective. h. Gowns are lint free. 3. Price Evaluation Technical/company (Phase I) and Clinical/performance (Phase II) factors will be evaluated first. The technical/company and clinical/performance evaluation will determine who th e acceptable offerors are. The quotes (Phase III) will be compared regarding incentive price and the TPRB will perform a technical/price trade off (i.e., very superior technical capabilities may justify paying a higher price). THE CLOSING DATE IS APRIL 0 3, 2007, 4:30PM EDT.
Bid Protests Not Available

Similar Past Bids

California 12 Jul 2006 at 4 AM
Portsmouth Virginia 13 Jan 2006 at 5 AM
Tripler army medical center Hawaii 03 May 2004 at 5 AM
Location Unknown 14 Jun 2022 at 4 AM

Similar Opportunities

Florida 30 Apr 2025 at 4 AM
Frederick Maryland 05 Dec 2024 at 10 PM
Frederick Maryland 28 Dec 2024 at 10 PM
Frederick Maryland 28 Dec 2024 at 10 PM