Federal Bid

Last Updated on 04 Aug 2007 at 4 AM
Sources Sought
Tacoma Washington

65--TRICARE Northwest and Pacific Regions solicitation for the evaluation and possible standardization of Drapes and Gowns.

Solicitation ID W91YU00507DRPGWN
Posted Date 08 May 2007 at 4 AM
Archive Date 04 Aug 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Western Regional Contracting Office
Agency Department Of Defense
Location Tacoma Washington United states 98431
A. General Information TRICARE Northwest and Pacific Regions, a military integrated delivery network comprised of Army, Navy, and Air Force medical treatment facilities in Washington, Alaska, Hawaii, Guam, Japan, Okinawa, and Korea announce a Request for Regional Incentive Agree ment Quotation (RFRIAQ) for the standardization of Drapes and Gowns. The major facilities in the area include, but are not limited to, Madigan Army Medical Center, Naval Hospital Bremerton, Naval Hospital Oak Harbor, Bassett Army Community Hospital, Elmen dorf Air Force Base Hospital, Tripler Army Medical Center, U.S. Naval Hospital Okinawa, U.S. Naval Hospital Guam, U.S. Naval Hospital Yokosuka, 121st Combat Support Hospital Seoul, 374th Medical Group, Yokota AB, and 18th Medical Group Kadena AB. 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. 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, or be in pro cess of obtaining, a Distribution and Pricing Agreement (DAPA) and a separate commercial agreement with the Prime Vendor (Cardinal Healthcare). This is pursuant to the DAPA clause by which DAPA holders agree to the Standardization process and to allow Pri me Vendors to distribute 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 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 the possibility of t hree (3) 12-month option periods. Anticipated award date is November 2007. The evaluation will be based on technical, clinical and pricing factors. The award will be determined utilizing best value/trade off criteria. Point of Contact: Pat Cordier, RN, MSN, CNOR at (253) 968-0898; Email - [email protected] B. Products & Performance Required The Northwest and Pacific Regions are seeking product line items in the category of Drapes and Gowns, such as gowns, general drape packs, barrier sheets, mayo covers, and table covers. The estimated total volume in both Regions for this product line is over $588K annually. This forecast is based on historical Prime Vendor sales for a 12-month period. At the request of the Northwest and Pacific Regions 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, M SDS information, and itemization of the brands, types and packaging information of the products offered by the vendor. C. Instructions to Offerors 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), (3) product literature and your answers to the technical/company questions/crit eria below to [email protected] and [email protected] no later than 4:00 p.m. (Pacific Standard Time), June 5, 2007. Vendors that fail to meet the submittal deadline will be disqualified. This process will include vendor requirements of electronic responses to technical/company criteria, no charge samples for clinical evaluation, and submission of electronic best price offers. Due to the potential for email to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Regional POCs that their initial submission, quote and literature actually arrived at the Regions 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. 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 the Military Treatment Facilities within the Northwest and Pacific Regions. They are the deciding offici als for this initiative. Phase I. Vendors will be required to provide responses to the technical/company criteria. The CPT/TPRB will review the responses from the vendors and determine which vendors meet the criteria and determine acceptability. All technical/company criteria ar e weighted equally. After review of the technical/company criteria, those vendors who meet these criteria will be invited to participate in the clinical/performance evaluation. Phase II. Clinical evaluation of vendor samples will proceed as follows: a. The Lead TRBO will request a sample set from vendors to be sent directly to participating Phase II facilities. The TPRB will request samples from the product group to be clinically evaluated at select Military Treatment Facilities in a non-patient car e setting. Vendors are required to ship samples direct to the designated MTFs. Samples must be shipped to arrive at the designated MTFs by COB, 4PM local time, on the 30th business day after the notice to ship, which will be delivered via email. Vendors f ailing to deliver by the deadline will be disqualified from further consideration in the standardization process. The evaluation could end at this stage based on industry response and clinician satisfaction that products meet the stated evaluation criter ia. b. If necessary, the CPT will down-select to the top two vendors and will proceed with an evaluation of samples on select patient care units using the same criteria used in the initial sample set evaluation. Vendors are required to ship samples direct to the designated MTFs. Samples must be shipped to arrive at the designated MTFs by COB, 4PM local time, on the 30th business day after the notice to ship, which will be delivered via email. 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 Likert like format with a 1-7 scoring format (1 = Strongly Disagree; 2 = Disagree; 3 = Slightly Disagree; 4 = Undecided; 5 = Slightly Agree; 6 = Agree; 7 = Strongly Agree). The CPT has set a threshold of 4.1 for acceptability of products for standardization. Clinical/performance results lower than 4.1 will not be considered acceptable and will be disqualified from further consideration at each stage of the clinical evaluation. All clinical cr iteria are weighted equally. The results of the clinical evaluation of the products is the most important factor to the TPRB when making a best value decision. The TPRB considers pricing a secondary factor. Once the final phase of clinical evaluations is determined, those remaining vendors will be asked to submit best value pricing offer based on committed volume of 80% of the total requirements of the MTFs in the Northwest and Pacific Regions. Clinical/performance and technical/company factors will be weighted more heavily than 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 a total of 5 years). Vendors that fail to offer an incentive discount from DAPA will be disqualified. Technical/Company Criteria Evaluation The TPRB will review the following technical criteria responses from each vendor and determine acceptability. Acceptability for purpose s of evaluation of technical/company criteria: Generally responses to all questions 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, or is obtaini ng a DAPA for the items; 4) the quoter has, or is obtaining, an agreement covering the items, with Cardinal Healthcare, the Prime Vendor for the Northwest and Pacific Regions; 5) the quoter intends to offer discounts off DAPA for all products included in t his standardization initiative (vendors that fail to offer a discount from DAPA will be disqualified); and 6) the quoters information provided is factually correct (any misrepresentation of information will disqualify the vendor from further consideration .) 1. Does your company provide a full line of drapes (to include pediatric sizes) and gowns with varying barrier properties? If so, please provide sizes and describe barrier properties. 2. List the brands available from your company and note next to each brand whether the product is manufactured or distributed by your firm. 3. Does your company provide drapes and gowns to other manufacturers for inclusion in custom packs? 4. Are your products latex free? If not, why? 5. How does your company label the latex status of your products? 6. How are each category of your drapes and gowns products packaged? (For example, each gown is individually wrapped and is packaged xx to a box.) 7. Under what standards are your products manufactured? 8. Under what regulatory and/or advisory agency do your products fall? Are your products approved by these agencies? 9. Is your manufacturing facility registered with the FDA? 10. Provide information about how your companys fabrics used in drapes and gowns perform in a surgical fire, i.e., Meets Consumer Product Safety Commission Standard for Flammability of Clothing Textiles (CPSC 16 CFR 1610). 11. List the ASTM International test method used to determine breaking strength for your drapes and gowns (grab or strip tensile strength, burst strength, etc.) and provide the test result score for your product. 12. List the ASTM International tear strength test method (and score) used for your drape and gown products. 13. List the ASTM International test method used (and the score) for assessing your drape/gown propensity to lint (i.e., flexing in air, Helmke drum test etc). 14. How are your companys drapes/gowns constructed, i.e., spun-lace, spunbond, wet laid etc? 15. How does your company insure that the seams on your products are no leak, i.e., resistant to penetration by blood and other body fluids? 16. What, if any, finishes are applied to your products to obtain fluid barrier properties? 17. Discuss the various levels of barrier protection that your gowns provide. 18. Does your company use non-toxic color-fast dyes for labeling on your products? 19. Are your companys drapes and gowns manufactured with non-toxic materials? 20. How does your drape fabric help promote maintenance of a patients body temp (an isothermic environment)? 21. How does your companys gown fabric construction assist in maintaining the wearers normal body temperature? 22. Are there any precautions that should be taken to ensure that your companys drapes and gowns perform as intended? 23. What are the recommended disposal guidelines for your drapes/gowns? (If products are incinerated for disposal, what are the potential byproducts?) 24. Does your company currently possess, or is currently in the process of obtaining a Distribution and Pricing Agreement (DAPA) with Defense Supply Center, Philadelphia? If so, please provide the DAPA number(s) for this pro duct group. 25. Does your company have, or is in process of obtaining, a Distribution agreement with Cardinal Healthcare covering the products in this announcement? 26. Will your company offer volume discounts off DAPA for all products included in this standardization initiative (note: vendors who fail to offer a discount from DAPA will be disqualified)? 27. Provide plan for servicing supply requirements for the product lines covered by this Regional Incentive Agreement (RIA) for the Regions that are part of this RIA (TRICARE Northwest (Washington and Alaska), and Pacific (Hawaii, Guam, Japan, Okinawa, an d Korea)). 28. Does your company provide product representatives for each account in both regions? If so, please provide the list of representatives for facilities in the Northwest and Pacific Regions. 29. Provide your companys return goods policy. 30. Does your company provide customer service support accessible via a toll-free number 24hrs/day 7 days/week? If not, what days/hours are covered? 31. What types of educational programs, staff training, tools or materials does your company provide? 32. What value-added services are available with this product group, i.e., utilization reports, etc? 33. Is there any history of backorders and/or recalls for this product group? If yes, please answer: (a) Dates and duration, (b) Cause, (c) Resolution 34. What is your companys proposed implementation plan should your company be awarded the Regional Incentive Agreement? Clinical Criteria Evaluation 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. Drapes: 1. Product size and folding allows item to be easily applied to the operative site. 2. Product is flexible enough to conform loosely to the patients contour. 3. Product has limited memory (drape stays unfolded and in place when applied). 4. Product is lint-free during use. 5. Product does not tear and/or perforate easily during use. 6. Product fenestration size is adequate for the type of procedure. 7. Reinforced areas on the drape prevent strikethrough (critical areas are reinforced). 8. Product performs its intended function well. Gowns: 1. It is easy to determine the level of barrier protection that the product provides. 2. The gown is comfortable to wear. 3. The gown fits the wearer well (size, length, and cuff fit). 4. Gown fabric has limited memory and is flexible enough to conform loosely to wearers body. 5. The gown has no odor. 6. Gown fasteners and ties are constructed well. 7. Gown fabric is lint-free during use. 8. Product does not tear and/or perforate easily during use.
Bid Protests Not Available

Similar Opportunities

Frederick Maryland 10 Jul 2024 at 4 AM (estimated)
Frederick Maryland 12 Oct 2024 at 4 AM (estimated)
Frederick Maryland 12 Oct 2024 at 4 AM (estimated)
Frederick Maryland 12 Oct 2024 at 4 AM (estimated)
Frederick Maryland 03 Nov 2024 at 4 AM (estimated)