Federal Bid

Last Updated on 03 Jan 2008 at 5 AM
Sources Sought
California

65 -- Bathing system - Single use, no rinse wipes and disposable washcloth

Solicitation ID Reference-Number-N002597330SS01
Posted Date 26 Nov 2007 at 5 AM
Archive Date 03 Jan 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location California United states
A.General Information TRICARE Southwest Region, a military integrated delivery network, comprised of Army, Navy, and Air Force medical treatment facilities in California announces a Request for Regional Incentive Agreement Quotation (RFRIAQ) for the standardization of Bathing System ? Single-Use, No-Rinse Wipes & Disposable Washcloths with a possible multi-vendor award. 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. 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. 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 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 RIA selection with three (3) 12-month option periods. Anticipated RIA selection date is February 2008. The evaluation will be based on technical, clinical and pricing factors. The RIA selection will be determined utilizing best value/ trade off criteria. Point of Contact: Cindy Ingrao, RN, MSN at (619) 532-8517; Email- [email protected] B.Products & Performance Required The Southwest Region is seeking product line items in the category of Bathing System ? Single Use, No Rinse & Disposable Washcloths. The product category includes disposable no rinse pre-moistened cloths used for cleansing the body and/or hair contained in a package and disposable dry washcloths made of a material that mimics cloth that can be used dry or moistened for cleansing the body. This does not include products poured or sprayed from a bottle or container. The estimated total volume in our Region for this product line is over $24K annually. 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), (3) your answers to the technical questions/criteria below and product literature to [email protected] no later than 4:00 PM PST December 19, 2007. Due to the potential for email to be lost in transmission from network security, etc., vendors are strongly encouraged to confirm with the Region that its initial submission, quote and literature actually arrived at the Region 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 4:00PM PST on the date listed for closing on the FBO for responding to the solicitation will be disqualified from the standardization process. 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. 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 MSMMO - Southwest Region 34800 Bob Wilson Drive, Suite 110 San Diego, CA 92134 Phone: (619) 532-8517 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 all of the Military Treatment Facilities within the Southwest Region. They are the decision makers for this initiative. Phase I - Technical/Company Evaluation Process. Vendors will be required to provide responses to the technical/company criteria. Amplifying information about your products may be requested by the Government. The responses will be reviewed by the TPRB to determine acceptability. After review of the technical/company criteria, those vendors who meet these criteria will be invited to participate in the clinical/performance evaluation. All technical/company criteria are weighted equally. Phase II - Clinical/Performance Evaluation Process. The TPRB will request samples from the product group to be clinically evaluated at select 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 MTFs by 4:00 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 = Not Acceptable, 2 = Minimally Acceptable, 3 = Neutral, 4 = Acceptable, and 5 = Highly Acceptable. All criteria are weighted equally. The Government reserves the right to conduct evaluations in either a non-clinical or clinical setting or both. 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 offer 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). Pricing will be evaluated based on best value to the government and will be based on a committed volume agreement for a two-year period with (3) three 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. 1. Technical Criteria Evaluation The TPRB will review the responses from the vendors and determine which vendors meet the criteria and which vendors are disqualified based on their responses to the technical/company criteria. Acceptability for purposes of evaluation of technical/company criteria: Generally, responses to all questions in this section demonstrate: (1) the business concern submitting the quote 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 Health, 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. The vendors who meet the technical/company criteria will be invited to participate in the clinical/performance evaluation process. 1)Vendors must provide Bathing System ? Single-Use, No-Rinse Wipes & Disposable Washcloths for adult, pediatric and neonatal patients. At a minimum, the following items are required: (pre-moistened cloths in a sealable pack and rinse free shampoo & conditioner). Your company will provide a list of the products your company supplies in this product line and the brand name. 2)Vendors must have a separate agreement with the Prime Vendor supporting our Region, Cardinal Health or will be disqualified. 3)Vendors must have a DAPA number or is in the process of obtaining a DAPA or will be disqualified. 4)Your product line must be latex free and this must be indicated on the packaging of the product. 5)Your company must provide product literature for this product line. 6)Your company is required to submit prices lower than your DAPA or you will be disqualified. 7)Vendors must provide electronic and hard copy proposed pricing and a competitive product cross-reference in electronic excel format upon request. 8)We require your products to be single use and disposable. 9)Your disposable wash kits must be pre-moistened, hypoallergenic and contain moisturizers. 2. Clinical/Performance Criteria Evaluation The TRBO will request sample set from the vendor. The vendor will be required to send the samples directly to the test sites. Vendors will be given 14 calendar days from the issue of the notice to deliver literature and samples. Vendors who do not meet the deadline for delivering the literature and samples by 4:00PM PST will be disqualified from the standardization process. (All vendors must send TRBO verification regarding date of shipment.) 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. During the pre-source selection procedures, the CPT validated/approved the equally weighted clinical/performance criteria outlined below: Single Use, No Rinse Bathing Systems 1)The wipes are pre-moistened and effectively cleanse and moisturize the skin. 2)The wipes are made of a soft material that does not ?shed?. 3)The kit allows for one-step bathing with no rinsing required. 4)If the product has a fragrance, it is pleasant and non-irritating. 5)The product dries with no sticky residue. 6)The product is non-drying, non-irritating to the skin. 7)Wipes heat easily. 8)The package allows for easy dispensing. 9)Package is easy to open and allows for problem-free dispensing 10)The product is easily identified from the packaging. Single Use Disposable Washcloths 1)The cloth effectively cleanses the skin. 2)The cloth is made of a soft material that does not ?shed?. 3)The cloth has no sticky residue when moistened. 4)The package allows for easy dispensing. 5)Package is easy to open and allows for problem-free dispensing 6)The product is easily identified from the packaging.
Bid Protests Not Available

Similar Past Bids

Tripler army medical center Hawaii 23 Feb 2021 at 12 PM
Tripler army medical center Hawaii 17 Aug 2021 at 3 PM
Pennsylvania Not Specified
Philadelphia Pennsylvania Not Specified

Similar Opportunities

Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Frederick Maryland 11 Sep 2025 at 4 AM (estimated)
Frederick Maryland 11 Sep 2025 at 4 AM (estimated)
Frederick Maryland 27 Aug 2025 at 4 AM (estimated)