Dallas Logo
File #: 22-2082    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 9/11/2022 In control: Office of Procurement Services
On agenda: 12/14/2022 Final action:
Title: Authorize a three-year service price agreement for the purchase, maintenance, and repair of automated and manual defibrillators for the Fire-Rescue Department and the Office of Emergency Management - Stryker Sales Corporation in the estimated amount of $4,257,527.84, Philips Medical Systems in the estimated amount of $861,060.15, Zoll Medical in the estimated amount of $791,214.00, and Cardio Partners in the estimated amount of $29,965.00, most advantageous proposers of five - Total estimated amount of $5,939,766.99 - Financing: General Fund (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     December 14, 2022

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for the purchase, maintenance, and repair of automated and manual defibrillators for the Fire-Rescue Department and the Office of Emergency Management - Stryker Sales Corporation in the estimated amount of $4,257,527.84, Philips Medical Systems in the estimated amount of $861,060.15, Zoll Medical in the estimated amount of $791,214.00, and Cardio Partners in the estimated amount of $29,965.00, most advantageous proposers of five - Total estimated amount of $5,939,766.99 - Financing:  General Fund (subject to annual appropriations)

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement. 

 

This service price agreement will allow for the purchase, maintenance, and repair of automated and manual defibrillators the Fire-Rescue Department (DFR) and the Office of Emergency Management.  DFR Emergency Medical Services (EMS) utilize approximately 160 manual and automated external defibrillators (AEDs) which require annual preventative maintenance services and repairs. These devices are designed to save lives of patients experiencing certain cardiac rhythms.

 

The Office of Emergency Management (OEM) coordinates AED programs of participating City departments with regards to monthly inspections, trainings on proper use, replacements, and repairs of approximately 100 AEDs. This program is designed to help safeguard the health and safety of City employees and the public through the availability of and access to AEDs in City buildings.  When used correctly, AEDs are used to help those experiencing certain types of sudden cardiac arrest.

 

 

A seven-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Department of Information and Technology Services                                           (1)

                     Fire-Rescue Department                                                                                                                              (2)

                     Police Department                                                                                                                                                   (1)

                     Office of Emergency Management                                                                                    (1)

                     Small Business Center Department                                                                                    (1)

                     Office of Procurement Services                                                                                                         (1)*

 

*The Office of Procurement Services evaluated cost and local preference, if applicable. 

 

The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Cost                                                                                                                              30 points

                     Approach                                                                                                         20 points

                     Experience                                                                                                         15 points

                     Supply chain sustainability                                                               15 points

                     Small Business Center Department                      15 points

                     Local Preference                                                                                      5 points

 

As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes.  To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors. 

 

On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141.  The calculated living wage during the solicitation process of this contract is $15.21; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On February 13, 2019, City Council authorized a two-year service price agreement for the purchase and maintenance of automatic and manual defibrillators, related support systems, and supplies with Physio-Control, Inc. through the National Association of State Procurement Officials cooperative agreement by Resolution No. 19-0268.

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

General Fund

$1,724,286.50

$1,628,580.50

$2,586,899.99

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

$5,939,766.99

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE  Overall Participation $

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Other Service contracts.

Stryker Sales Corporation  - Non-local; Workforce - 100.00% Local Philips Medical Systems - Non-local; Workforce - 0.00% Local Zoll Medical - Non-local; Workforce - 0.00% Local Cardio Partners - Non-local; Workforce - 0.00% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for Competitive

Utilized for high technology procurements, insurance procurements, and other goods and services

Sealed Proposal

Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other evaluation factors stated in the specifications

 

Always involves a team evaluation

 

Allows for negotiation on contract terms, including price

 

The Office of Procurement Services received the following proposals from solicitation number BBZ22-00017953.  We opened them on November 4, 2021.  We recommend the City Council award this service price agreement to the most advantageous proposers by group.  Information regarding this solicitation is available upon request.

 

*Denotes successful proposers

 

Proposers                                                                                    Address                                                                                    Score                                          

 

*Zoll Medical                     269 Mill Road                                           Multiple groups

                     Chelmsford, MA  01824

 

*Stryker Sales Corporation                         3800 East Centre Avenue                                           Multiple groups

                     Portage, MI  49002

 

*Cardio Partners                           1001 Flagpole Court                                           Multiple groups

                     Brentwood, TN  37027

 

*Philips Medical Systems                         414 Union Street                                           Multiple groups

                     Suite 200

                     Nashville, TN  37219

 

AED123                     3232 McKinney Avenue                                           Non-responsive

                     Suite 500

                     Dallas, TX  75204         

 

OWNERS

 

Zoll Medical

 

Elijah White, President

Jonathan Rennert, Chief Executive Officer

 

Stryker Sales Corporation   

 

Kevin Lobo, Chief Executive Officer

 

Cardio Partners          

 

Brian LaDuke, President

 

Philips Medical Systems   

 

Vitor Rocha, Chief Executive Officer