proposers planning to deliver responses before the due date, … general description: cmf supplies...
TRANSCRIPT
COOK COUNTY HEALTH AND HOSPITALS SYSTEM (CCH)
REQUEST FOR QUOATE (RFQ) # H19-0001
TITLE: Craniomaxillofacial Supplies (CMF)
GENERAL DESCRIPTION: CMF Supplies for Surgery Administration
DATE ISSUED: January 15, 2019
VENDOR QUESTIONS DUE DATE: January 23, 2019 by 2 p.m. CST
RESPONSE/PROPOSAL DUE DATE: February 15, 2019 by 2 p.m. CST
Responses to this proposal shall be delivered after 8:00 AM (CST) but no later than 2:00 PM (CST) to:
Cook County Health and Hospitals System
C/O John H. Stroger Jr., Hospital of Cook County
1969 West Ogden Ave., lower level Room # 250A
Chicago, IL 60612
Attention: Supply Chain Management Department
Please note that it takes approximately 20 minutes to pass security and walk to room 250A.
Delivery of proposals must include the Proposal Acknowledgement Form included at the end of this
document.
Proposers planning to deliver responses before the due date, must do so
between the hours of 9AM – 2PM
PREPROPOSAL CONFERENCE: NONE REQUIRED
All questions regarding this RFP should be directed to [email protected] AND
[email protected] as instructed in Section 9.1 of this RFP.
The RFP and related Addenda will be posted at the http://www.cookcountyhhs.org website under the “Doing
Business with CCH” tab.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 2 of 27
Table of Contents 1. Background ........................................................................................................................................... 4
2. Purpose ................................................................................................................................................. 4
3. Business Goals and Objectives .............................................................................................................. 4
4. Schedule ................................................................................................................................................ 4
5. Scope ..................................................................................................................................................... 5
5.1 Volumes ........................................................................................................................................ 5
6. Required Proposal Content ................................................................................................................. 14
6.1 Executive Summary/Cover Letter ............................................................................................... 15
6.2 Pricing Proposal........................................................................................................................... 15
6.3 Other Requirements ................................................................................................................... 15
6.4 Proposer’s Profile ........................................................................................................................ 16
6.5 Subcontracting or teaming and MBE/WBE Participation ........................................................... 16
6.6 Financial Status ........................................................................................................................... 17
6.7 Conflict of Interest ...................................................................................................................... 17
6.8 Insurance Requirements ............................................................................................................. 17
6.9 Contract....................................................................................................................................... 20
6.10 Legal Actions ............................................................................................................................... 20
6.10.1 Confidentiality of Information ................................................................................................ 20
6.11 Economic Disclosure Statement ................................................................................................. 21
6.12 Addenda ...................................................................................................................................... 21
7. Evaluation and Selection Process ....................................................................................................... 21
7.1 Evaluation Process ...................................................................................................................... 21
7.2 Right to Inspect ........................................................................................................................... 21
7.3 Consideration for Contract ......................................................................................................... 21
8. Evaluation Criteria ............................................................................................................................... 22
8.1 Responsiveness of Proposal ........................................................................................................ 22
8.2 Proposal ...................................................................................................................................... 22
8.3 Other Qualitative Criteria ........................................................................................................... 22
9. Instructions to Proposers .................................................................................................................... 22
9.1 Questions and Inquiries .............................................................................................................. 22
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 3 of 27
9.2 Pre-proposal Conference (if Applicable) ..................................................................................... 23
9.3 Number of Copies ....................................................................................................................... 23
9.4 Format ......................................................................................................................................... 23
9.5 Time for submission .................................................................................................................... 23
9.6 Packaging and Labeling ............................................................................................................... 23
9.7 Timely delivery of Proposals ....................................................................................................... 23
9.8 Availability of Documents ........................................................................................................... 23
9.9 Alteration/Modification of Original Documents ......................................................................... 24
9.10 Cost of Proposer Response ......................................................................................................... 24
9.11 Proposer’s Responsibility for Services Proposed ........................................................................ 24
9.12 RFP Interpretation ....................................................................................................................... 24
9.13 Specifications and Special Conditions ......................................................................................... 24
9.14 Errors and Omissions .................................................................................................................. 24
9.15 Proposal Material ........................................................................................................................ 24
9.16 Confidentiality and Response Cost and Ownership .................................................................... 24
9.17 Awards ........................................................................................................................................ 25
9.18 CCH Rights ................................................................................................................................... 25
9.19 Cancellation of RFP; Requests for New or Updated Proposals ................................................... 25
10. Definitions ....................................................................................................................................... 25
Appendix A – Proposal Receipt Acknowledgement Form .......................................................................... 27
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 4 of 27
1. Background The Cook County Health (“CCH”) is a unit within Cook County government. The CCH provides a full continuum of
health care services through its seven operating entities, referred to as System Affiliates. System Affiliates provide
a broad range of services from specialty and primary care to emergency, acute, outpatient, rehabilitation and
preventative care. CCH services are offered without regard to a patient’s economic status or ability to pay.
The System operates John H. Stroger, Jr. Hospital of Cook County (JHSH), the Ambulatory and Community Health
Network (a system of fifteen clinics), the Cook County Department of Public Health, Cermak Health Services of
Cook County (a health facility operated within the confines of the Cook County Department of Corrections), Ruth
M. Rothstein Core Center, and Oak Forest Health Center of Cook County. The System also operates CountyCare, a
Medicaid health plan for low-income adults established under the Affordable Care Act.
2. Purpose CCH seeks to identify competitive and qualified proposers to provide CMF supplies as define in the Pricing Section
of this RFP.
3. Business Goals and Objectives CCH intends to award one or multiple thirty-six (36) month contract(s), with two (2) 24-month extension options.
Through the provision of services identified in this RFP, the selected proposer shall assist CCH in meeting the
following business goals and objectives:
a. Identify price completive proposers that value the business relationship with CCH, a teaching institution;
b. Identify proposers that can work within the CCH sourcing environment, a government organization, which
requires prompt execution of a contacts on CCH contract template/paper;
c. Provide all required supplies without interruption to the hospital operations.
4. Schedule CCH anticipates the following schedule.
Activity Estimated Date
RFP posted to the website 01/15/2019
Pre-Proposal Conference None
Vendor Questions Due Date 01/23/2019 by 2 pm CST
CCH response to Vendor Questions – Tentative 01/28/2019
Proposal Due Date 02/15/2019 by 2 pm CST
Evaluation of Proposals -Tentative Week of 02/25/2019
Vendor calls - Tentative (optional) Week of 02/25/2019
Decision Notifications – Tentative Week of 03/04/2019
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 5 of 27
5. Scope In response to this RFP, ONLY SECTION 6 IS REQUIRED. DO NOT INCLUDE THIS RFP IN YOUR RESPONSE.
5.1 Volumes The following volumes represents the last twelve (12) months spend at John H. Stroger Jr. Hospital.
Approximate annual spend is - $1,075,000.00.
Line # Name Category Group 12 mo. Usage by number of units
1 SCR/SD,1.7X5MM W/ NEW THREADS Titanium Max Face 611
2 SMARTLOCK HMMF SCR/2.0X8MM HMMF Max Face 573
3 SD SCR/1.5X4MM CROSS PIN Titanium Neuro 486
4 2.0X5MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 338
5 LIGATURE WIRE, BLUNT 160MM, 22
GAUGE Titanium Max Face 256
6 2.0X8MM SELF DRILLING MMF
SCREW Titanium Max Face 246
7 LIGATURE WIRE, BLUNT 160MM, 24
GAUGE Titanium Max Face 242
8 2.0X12MM SELF DRILLING MMF
SCREW Titanium Max Face 197
9 2.3X12MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 140
10 3 CM STRAIGNT 3/32"" SLEEVE Colorado Needle Max Face 139
11 2.3X10MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 116
12 2.0X6MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 80
13 VARISPEED Varispeed Max Face 80
14 DRILL,1.9X115MM,35MM WL, COLOR Capital Max Face 80
15 SMARTLOCK HMMF PLATE HMMF Max Face 71
16 UN3 BURRHOLE COVER,10MM
W/TAB Titanium Neuro 63
17 SMARTLOCK HMMF SCR/2.0X6MM HMMF Max Face 60
18 2.3X14MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 59
19 1.6MM DRILL, 7MM STOP, STRYKER
END Titanium Max Face 42
20 DRILL,1.6X115MM,35MM WL,COLOR Titanium Max Face 38
21 2.0X10MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 37
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 6 of 27
Line # Name Category Group 12 mo. Usage by number of units
22 2.3X10MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 37
23 SMARTLock HMMF PLATE, SMALL HMMF Max Face 37
24 2.0X8MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 36
25 1.35X50MM DRL, 5MM STOP STRYK
END Capital Max Face 36
26 SCR/SD,1.7X4MM W/ NEW THREADS Titanium Max Face 35
27 2.3X6MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 33
28 2.3X12MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 33
29 UN3 BURRHOLE COVER,14MM
W/TAB Titanium Neuro 32
30 4 HOLE MINI PLATE, SHORT BAR Titanium Max Face 31
31 2.0X4MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 28
32 2.0X5MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 25
33 MIDFACE 5 HOLE L PLATE, 100 DEG,
5MM ADVANCEMENT, Titanium Max Face 25
34 SCR/SD,1.7X6MM W/ NEW THREADS Titanium Max Face 25
35 2.3X8MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 24
36 MIDFACE 5 HOLE L PLATE, 100 DEG,
5MM ADVANCEMENT, Titanium Max Face 23
37 1X1 DURAMATRIX-ONLAY Dura Neuro 23
38 UN3 PLATE,2HOLE,W/TAB Titanium Neuro 22
39 UN3 PLATE,2HOLE Titanium Neuro 22
40 2.0X6MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 21
41 2.3X8MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 21
42 PLT/FRACTURE 4-HOLE PRE-BENT Titanium Max Face 21
43 2.0X12MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 19
44 PLT/SAG. SPLIT BAR 8MM Titanium Max Face 18
45 1.2X4MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 17
46 2.3X16MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 17
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 7 of 27
Line # Name Category Group 12 mo. Usage by number of units
47 1.6MM DRILL, 5MM STOP, STRYKER
END Titanium Max Face 17
48 VSP ORTHOGNATHIC BUNDLE VSP Max Face 17
49 1.9X5MM CROSS-PIN SELF TAPPING
EMERGENCY SCREW Titanium Max Face 16
50 4 HOLE MINI PLATE Titanium Max Face 16
51 2.0X8MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 15
52 1.5X5MM STANDARD CROSS-PIN SELF
DRILLING SCREW Titanium Neuro 15
53 2.3X6MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 14
54 MIDFACE 6 HOLE L PLATE, 100 DEG,
8MM ADVANCEMENT, Titanium Max Face 13
55 6 HOLE CURVED MANDIBLE
OSTEOTOMY PLATE, 6MM BAR, L Titanium Max Face 13
56 PLT/FRACTURE 5-HOLE Titanium Max Face 12
57 1.2X4MM CROSS-PIN SELF DRILLING
SCREW Titanium Max Face 11
58 2X2 DURAMATRIX-ONLAY Dura Neuro 11
59 VSP ORTHOGNATHIC BUNDLE VSP Max Face 11
60 Ocular Conformer - Vented - Medium
- 24mm x 21mm x MEDPOR MEDPOR 10
61 1.7X12MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 10
62 2.0X10MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 10
63 2.0X12MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 10
64 2.0X4MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 10
65 2.0X6MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 10
66 PLT/PRIMARY RECON 2.0MM PRO HT Titanium Max Face 10
67 MIDFACE 6 HOLE L PLATE, 100 DEG,
8MM ADVANCEMENT, Titanium Max Face 9
68 1.7X5MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 8
69 2.0X12MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 8
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 8 of 27
Line # Name Category Group 12 mo. Usage by number of units
70 2.3X14MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 8
71 MIDFACE 5 HOLE L PLATE, 100 DEG,
2MM ADVANCEMENT, Titanium Max Face 8
72 1.6X58MM DRILL, 26MM WORKING
LENGTH, STRYKER END Titanium Max Face 8
73 Sphere - 22mm MEDPOR MEDPOR 8
74 2 x 2 DURAMATRIX SUTURABLE Dura Neuro 8
75 4 x 5 DURAMATRIX SUTURABLE Dura Neuro 8
76 2.3X6MM MP CROSS PIN SELF TAPPING EMERGENCY SCREW Titanium Max Face 7
77 UN3 BURRHOLE COVER,7MM,W/TAB Titanium Neuro 7
78 6 HOLE CURVED MANDIBLE
OSTEOTOMY PLATE, 12MM BAR, Titanium Max Face 7
79 1.4X54MM DRILL, 12MM STOP,
STRYKER END Capital Max Face 7
80 1.9X58MM DRILL, 26MM WORKING
LENGTH, STRYKER END Titanium Max Face 7
81 PLT/FRACTURE FOUR HOLE 11MM Titanium Max Face 7
82 2.0X14MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 6
83 UN3 BURRHOLE COVER,20MM
W/TAB Titanium Neuro 6
84 4 HOLE MINI PLATE, LONG BAR Titanium Max Face 6
85 VSP RECON BUNDLE W/OUT INSERTS VSP Max Face 6
86 2.3X16MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 5
87 UN3 PLATE,2HOLE,RIGID Titanium Neuro 5
88 MIDFACE 8 HOLE CURVED LOCKING
PLATE Titanium Max Face 5
89 MIDFACE 5 HOLE L PLATE, 100 DEG,
2MM ADVANCEMENT, Titanium Max Face 5
90 MIDFACE 6 HOLE L PLATE, 100 DEG,
12MM ADVANCEMENT, Titanium Max Face 5
91 PLT/FRACTURE 6-HOLE Titanium Max Face 5
92 4X5 DURAMATRIX-ONLAY Dura Neuro 5
93 3 x 3 DURAMATRIX SUTURABLE Dura Neuro 5
94 PLT/PRIMARY HEMI 2.0MM,RIGHT Titanium Max Face 5
95 MEDPOR TITAN 3D OF,LEFT SMALL MEDPOR MEDPOR 4
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 9 of 27
Line # Name Category Group 12 mo. Usage by number of units
96 PIN/ROD COUPLING Capital
Upper Trauma and
Extremities 4
97 2.0X14MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 4
98 2.0X10MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 4
99 2.3X18MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 4
100 UN3 BOX PLATE,LARGE Titanium Neuro 4
101 MIDFACE 4 HOLE STRAIGHT PLATE,
WITH BAR Titanium Max Face 4
102 MIDFACE 8 HOLE STRAIGHT PLATE Titanium Max Face 4
103 MIDFACE 4 HOLE CURVED PLATE,
WITH BAR Titanium Max Face 4
104 11 HOLE PREBENT MAXILLARY PLATE,
4MM ADVANCEMENT, Titanium Max Face 4
105
2.0X62MM DRILL FOR REPOSITIONING PIN, 13MM
WORKING Capital Max Face 4
106 BONE REPOSITIONING PIN, 3.2MM Capital Max Face 4
107 TMPLT/MAND FRAC FOR 55-15506 Titanium Max Face 4
108 TMPLT/MAND FRAC FOR 55-15524 Titanium Max Face 4
109 TW DRL/1.5MM, 50MM X 20MM WL Capital Max Face 4
110 PLT/HEMI MANDIBLE RECON Titanium Max Face 4
111 PLT/4-HOLE PREBENT -LEFT Titanium Max Face 4
112 3X3 DURAMATRIX-ONLAY Dura Neuro 4
113 PLT/17 HOLE MAN 2.5MM PROF HT Titanium Max Face 4
114 VSP Cutting/Marking Guides VSP Max Face 4
115 Sphere - 20mm MEDPOR MEDPOR 3
116 Enopthalmos Wedge - Regular - Right
- 22mm x 31mm MEDPOR MEDPOR 3
117 MANDIBLE CLEAR VIEW Medical Models Max Face 3
118 MAXILLA CLEAR VIEW Medical Models Max Face 3
119 MANDIBLE & MAXILLA CLEAR VIEW Medical Models Max Face 3
120 2.7X5MM CROSS-PIN SELF TAPPING
EMERGENCY SCREW Titanium Max Face 3
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 10 of 27
Line # Name Category Group 12 mo. Usage by number of units
121 2.7X10MM CROSS-PIN SELF TAPPING
EMERGENCY SCREW Titanium Max Face 3
122 UN3 STRT PLT,4HOLE W/BAR Titanium Neuro 3
123 MIDFACE 6 HOLE L PLATE, 100 DEG,
12MM ADVANCEMENT, Titanium Max Face 3
124 6 HOLE STRAIGHT MANDIBLE
OSTEOTOMY PLATE, 12MM BAR Titanium Max Face 3
125 11 HOLE PREBENT MAXILLARY PLATE,
6MM ADVANCEMENT, Titanium Max Face 3
126 11 HOLE PREBENT MAXILLARY PLATE,
6MM ADVANCEMENT, Titanium Max Face 3
127 6 HOLE 115 DEGREE ANGLE
FRACTURE PLATE Titanium Max Face 3
128 0.9X46MM DRILL, 4MM STOP,
STRYKER END Capital Max Face 3
129 UPPERFACE/MIDFACE IN-SITU PLATE
CUTTER Capital Max Face 3
130 TMPLT/MAND FRAC FOR 55-15505 Titanium Max Face 3
131 TMPLT/MAND FRAC FOR 55-15536 Titanium Max Face 3
132 PLT/FRACTURE 6-HOLE W/ GAP Titanium Max Face 3
133 5x7 DURAMATRIX ONLAY Dura Neuro 3
134 3D PLATE/5X2 CNDSD,1.5 PROFILE Titanium Max Face 3
135 Enopthalmos Wedge - Regular - Left -
22mm x 31mm x MEDPOR MEDPOR 2
136 Enopthalmos Wedge - Large - Left -
28mm x 40mm x 7 MEDPOR MEDPOR 2
137 Enopthalmos Wedge - Large - Right -
28mm x 40mm x MEDPOR MEDPOR 2
138 MEDPOR Titan OFW - BTB - 41mm x
42mm x 0.6mm x 0.5 MEDPOR MEDPOR 2
139 MEDPOR TITAN 3D OF,RIGHT SMALL MEDPOR MEDPOR 2
140 ROD/CARBON CONNECT 5X100MM Capital
Upper Trauma and
Extremities 2
141 1.4X5MM CROSS-PIN SELF TAPPING
EMERGENCYSCREW Titanium Max Face 2
142 1.7X6MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 2
143 1.7X10MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 2
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 11 of 27
Line # Name Category Group 12 mo. Usage by number of units
144 2.0X14MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 2
145 2.3X4MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 2
146 2.3X18MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 2
147 2.7X12MM CROSS-PIN SELF TAPPING
EMERGENCY SCREW Titanium Max Face 2
148 2.7X16MM CROSS-PIN SELF TAPPING
EMERGENCY SCREW Titanium Max Face 2
149 2.7X12MM CROSS-PIN SELF TAPPING
EMERGENCY LOCKING Titanium Max Face 2
150 2.7X14MM CROSS-PIN SELF TAPPING
EMERGENCY LOCKING Titanium Max Face 2
151 2.7X18MM CROSS-PIN SELF TAPPING
EMERGENCY LOCKING Titanium Max Face 2
152 UN3 GAP PLATE,6HOLE,SMALL Titanium Neuro 2
153 1.7MM DYNAMIC MESH,
90X90X.6MM Titanium Neuro 2
154 MIDFACE 5 HOLE Y PLATE, 8MM BAR Titanium Max Face 2
155 MIDFACE 7 HOLE DOUBLE Y PLATE Titanium Max Face 2
156 MIDFACE 6 HOLE CURVED PLATE
WITH BAR Titanium Max Face 2
157 UPPERFACE 4 HOLE ORBITAL PLATE Titanium Max Face 2
158 MP 2X2 HOLE 3-D PLATE .6MM
PROFILE, RECTANGLE Titanium Max Face 2
159 MIDFACE 24 HOLE STRAIGHT PLATE Titanium Max Face 2
160 MIDFACE 10 HOLE CURVED PLATE Titanium Max Face 2
161 MP 4 HOLE PLATE, MEDIUM BAR Titanium Max Face 2
162 MP 4 HOLE PLATE WITH BAR Titanium Max Face 2
163 6 HOLE MINI PLATE Titanium Max Face 2
164 2X6 HOLE 3-D MINI PLATE, CURVED,
SQUARE Titanium Max Face 2
165 11 HOLE PREBENT MAXILLARY PLATE,
10MM ADVANCEMENT, Titanium Max Face 2
166 1.5X50MM DRILL, 5MM STOP, STRYK
END Titanium Max Face 2
167 MESH/DELTA/LP/1.7 55X55X0.5MM Delta Max Face 2
168 DELTA SYSTEM, 1.7 X 5MM SCREW,
PKG. 10 Delta Max Face 2
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 12 of 27
Line # Name Category Group 12 mo. Usage by number of units
169 TAP/DELTA/SELFDRILL 1.7X3/4MM Delta Max Face 2
170 PLT/MINI 4 HOLE W/ BAR,1.5MM Titanium Max Face 2
171 PLT/11 HOLE MAN 2.5MM PROF HT Titanium Max Face 2
172 PLT/4-HOLE PREBENT -RIGHT Titanium Max Face 2
173 Adherus AutoSpray ET Dura Neuro 2
174 RIB 60-115MM LifeNet Max Face 2
175 PLT/TRAPEZE,2X2HOLES,MP Titanium Max Face 2
176 PLT/FRACTURE 140 DEGREE Titanium Max Face 2
177 PLT/PRIMARY HEMI 2.0MM,LEFT Titanium Max Face 2
178 PLT/PRIMARY RECON 2.0MM PROFHT Titanium Max Face 2
179 PLT/LOCKING SAGITTAL S3MM BAR Titanium Max Face 2
180 PEEK PRIORITY CUST IMPL LARGE PEEK CCI Neuro 2
181 MESH/PRE-FORMED 90X90MM Titanium Neuro 2
182 Size No. 1 - 16mm x 23mm x 7mm MEDPOR MEDPOR 1
183 Size No. 2 - 17mm x 24mm x 8mm MEDPOR MEDPOR 1
184 BARRIER Orbital Floor Implant - 38mm
x 50mm x 1.0m MEDPOR MEDPOR 1
185 Extended Orbital Rim - Left - 47mm x
40mm MEDPOR MEDPOR 1
186 MEDPOR Titan Max Sheet - MTM
100mm x 76mm x 1.5mm MEDPOR MEDPOR 1
187 ROD/ROD COUPLING Capital
Upper Trauma and
Extremities 1
188 2.0MM SCREWDRIVER BLADE FOR
6220135 Capital Max Face 1
189 1.2X3MM CROSS-PIN SELF DRILLING
SCREW Titanium Max Face 1
190 1.7X8MM CROSS-PIN SELF TAPPING
SCREW Titanium Max Face 1
191 1.7X5MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 1
192 2.0X5MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 1
193 2.0X16MM CROSS-PIN SELF TAPPING
LOCKING SCREW Titanium Max Face 1
194 2.0X8MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 1
195 2.0X16MM MP CROSS-PIN SELF
TAPPING SCREW Titanium Max Face 1
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 13 of 27
Line # Name Category Group 12 mo. Usage by number of units
196 2.7X8MM CROSS-PIN SELF TAPPING
EMERGENCY SCREW Titanium Max Face 1
197 2.7X14MM CROSS-PIN SELF TAPPING
EMERGENCY SCREW Titanium Max Face 1
198 2.7X16MM CROSS-PIN SELF TAPPING
EMERGENCY LOCKING Titanium Max Face 1
199 UN3 RECTANGLE PLATE Titanium Neuro 1
200 UN3 BURRHOLE
COVER,24MM,W/TAB Titanium Neuro 1
201 UN3 DOUBLE-Y PLT,6HOLE,W/BAR Titanium Neuro 1
202 MIDFACE 2X2 HOLE LOCKING 3-D
PLATE Titanium Max Face 1
203 MIDFACE 7 HOLE LOCKING DOUBLE Y
PLATE Titanium Max Face 1
204 MIDFACE 6 HOLE LOCKING L PLATE,
8MM ADVANCEMENT Titanium Max Face 1
205 UPPERFACE 7 HOLE DOUBLE Y PLATE Titanium Max Face 1
206 UPPERFACE 10 HOLE CURVED PLATE Titanium Max Face 1
207 MP 2X2 HOLE 3-D PLATE .6MM
PROFILE, SQUARE Titanium Max Face 1
208 MP 4 HOLE PLATE Titanium Max Face 1
209 MP 6 HOLE DOUBLE Y PLATE Titanium Max Face 1
210 MP CHIN PLATE, 4MM Titanium Max Face 1
211 4 HOLE STRAIGHT MANDIBLE
OSTEOTOMY PLATE, 6MM BAR Titanium Max Face 1
212 11 HOLE PREBENT MAXILLARY PLATE,
0MM ADVANCEMENT, Titanium Max Face 1
213 11 HOLE PREBENT MAXILLARY PLATE,
4MM ADVANCEMENT, Titanium Max Face 1
214 11 HOLE PREBENT MAXILLARY PLATE,
10MM ADVANCEMENT, Titanium Max Face 1
215 11 HOLE PREBENT MAXILLARY PLATE,
0MM ADVANCEMENT, Titanium Max Face 1
216 11 HOLE PREBENT MAXILLARY PLATE,
3MM ADVANCEMENT, Titanium Max Face 1
217 6 HOLE FRACTURE PLATE, WITH BAR Titanium Max Face 1
218 6 HOLE 140 DEGREE ANGLE
FRACTURE PLATE Titanium Max Face 1
219 17 HOLE RECON PLATE Titanium Max Face 1
220 6+17+6 HOLE FULL RECON PLATE Titanium Max Face 1
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 14 of 27
Line # Name Category Group 12 mo. Usage by number of units
221 1.35X50MM DRL, 6MM STOP STRYK
END Capital Max Face 1
222 1.5X50MM DRILL, 8MM STOP STRYK
END Titanium Max Face 1
223 1.5X58MM DRILL, 20MM STOP STRYK
END Titanium Max Face 1
224 1.5X107.5MM DRILL, 20MM STOP,
STRYK END Titanium Max Face 1
225 TMPLT/MAND FRAC FOR 55-15507 Titanium Max Face 1
226 TMPLT/MAND FRAC FOR 55-15526 Titanium Max Face 1
227 PEEK CUST. CRANIAL IMPL. LARGE PEEK CCI Neuro 1
228 CMRP, Secondary, 2.8mm, Hemi CMRP Max Face 1
229 PLT/6 HL STRT W/BAR,MAND, LOCK Titanium Max Face 1
230 PLT/HEMI MANDIBLE RECON Titanium Max Face 1
231 PLT/RECON HEMI 6+17 HOLE RT Titanium Max Face 1
232 PLT/STRAIGHT BAR,2CM,6-HOLES Titanium Max Face 1
233 PLT/3D 6X2 CVD, 1.5 PROFILE Titanium Max Face 1
234 PLT/4 HOLE MP CHIN, 4MM Titanium Max Face 1
235 PLT/4 HOLE MP CHIN, 6MM Titanium Max Face 1
236 PLT/MAND HEMI 5X17 RT 2.4PROF Titanium Max Face 1
237 3D ORBITAL FLR PLT, RIGHT, LG Titanium Max Face 1
238 3D ORBITAL FLR PLT, LEFT, SM Titanium Max Face 1
239 3D ORBITAL FLR PLT, LEFT, LG Titanium Max Face 1
240 VSP ORTHOGANTHIC BUNDLE VSP Max Face 1
241 VSP RECON JIAD W/O METAL INSRT VSP Max Face 1
242 VSP RECON JIAD W/ METAL INSERT VSP Max Face 1
243 PEEK PRIORITY CUST IMPL XLARGE PEEK CCI Neuro 1
244 TW DRL/1.2MM HEXAGONSHAFT Titanium Neuro 1
245 DELTA SYSTEM, LADDER PLATE, 2 X 5
HOLES Delta Max Face 1
6. Required Proposal Content This RFP provides potential Proposers with sufficient information to enable them to prepare and submit proposals.
CCH is supplying a base of information to ensure uniformity of responses. It must be noted, however, that the
guidelines should not be considered so rigid as to stifle the creativity of any Proposer responding.
This RFP also contains the instructions governing the submittal of a Proposal and the materials to be included
therein, which must be met to be eligible for consideration. All Proposals must be complete as to the information
requested in this RFP in order to be considered responsive and eligible for award. Proposers providing insufficient
details will be deemed non-responsive.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 15 of 27
CCH expects all responses to reflect exceptional quality, reasonable cost and overall outstanding service.
Any page of a Proposal that Proposer asserts to contain confidential proprietary information such as trade secrets
shall be clearly marked “CONFIDENTIAL PROPRIETARY INFORMATION” at the top of the page. Additionally, the
specific portions of the page that are asserted to contain a trade secret must be noted as such. However, note
that ONLY pages that are legitimately confidential should be marked Confidential. CCH will return proposals
that mark all pages Confidential.
Further, the Proposer is hereby warned that any part of its Proposal or any other material marked as confidential,
proprietary, or trade secret, can only be protected to the extent permitted by Illinois Statutes.
Proposals shall not contain claims or statements to which the Proposer is not prepared to commit contractually.
The information contained in the Proposal shall be organized as described in this section.
6.1 Executive Summary/Cover Letter Please limit this section to one-two pages or less, including:
a. Brief description of the proposal and commitment to competitive pricing;
b. Principal contact person, and a backup contact person who can serve as escalation point. Contact
information for both shall include full name, email, phone, cell phone for both the RFP process and the
Contract, if different;
c. Signature by authorized representative.
6.2 Pricing Proposal Proposers are required to submit one (1) paper pricing file and one (1) electronic pricing file (in excel and emailed
to the email addresses specified on the cover page). The required excel file format is attached to the RFP-PDF
file.
The pricing proposal must include any supplemental options or schedules offered by the proposer. All pricing
information must be submitted in the required MS Excel form to facilitate analysis and must include all
assumptions. Proposers should include elements or references to the pricing proposal only in this section and
separate the pricing proposal according to the Instructions above.
CCH makes no guarantee that the services or products identified in this RFP will be required. The proposer must
provide sufficient pricing details to permit CCH to understand the basis for the proposal.
CCH is neither obligated to purchase the full quantities proposed by the proposer, nor to enter into an agreement
with any one proposer.
Pricing must be fully itemized, do not bundled.
6.3 Other Requirements Proposer must address each requirement on the table below.
Requirement Proposer’s response and/or description of its ability to meet this requirement:
a. Distribution must be direct
b. If selected, Proposer commits shall adhere to the CCH contracting process and will use the CCH’ contract paper/template. See Section 6.8.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 16 of 27
c. If selected, Proposer commits to promptly review and return the contact document and to provide the system data in the required format.
6.4 Proposer’s Profile Proposer must include a description of the organization’s track record as follows:
Company Profile (Prime only)
a. Legal Name
b. Assumed Names if any
c. Legal Structure (e.g. sole proprietor, partnership,
corporation, joint venture)
d. If a subsidiary, provide the same information about the
Parent Company as required in this table format.
e. Date and State where formed.
f. Proposer's principals/officers including President,
Chairman, Vice Presidents, Secretary, Chief Operating
Officer, Chief Financial Officer, and related contact
information.
g. Proposer Business background and description of
current operations
h. Number of employees
i. Number of years in business
j. Is Proposer a licensed business to provide the supplies in
scope? If so, please specify relevant certifications.
k. Proposer's Federal Employee Identification Number (or
Social Security Number, if a sole proprietorship)
l. Is proposer authorized to conduct business in Illinois?
Please provide Registration Number issued by the Illinois
Secretary of State, and attach Cook County Assumed
Business Name Certificate, if applicable. Also, provide a
copy of the Certificate of Good Standing. If not
authorized, please explain.
m. Describe any merger or acquisition discussions in which
the proposer is involved.
6.5 Subcontracting or teaming and MBE/WBE Participation The proposer may be comprised of one or more firms as to assure the overall success of the project. The proposer
must present a team chart that clearly identifies each team member and specify each person’s role in the project
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 17 of 27
(this should be more detailed than the information provided in the executive summary). For each subcontractor,
provide the name of the firm(s), brief company background, level of participation, MBE or WBE if applicable, the
type of services each resource, from each firm, will provide.
The Economic Disclosure Statement Forms (EDS) should be submitted in a separate envelop along with the Pricing
proposal.
Consistent with Cook County, Illinois Code of Ordinances (Article IV, Division 8, Section 34-267), CCH has will
publish the MBE/WBE goal via Addendum.
The proposer shall make good faith efforts to utilize MBE/WBE certified firms as subcontractors. In the event that
the proposer does not meet the MBE/WBE participation goal stated by CCH for this procurement, the proposer
must nonetheless demonstrate that it undertook good faith efforts to satisfy the participation goal. Evidence of
such efforts may include, but shall not be limited to, documentation demonstrating that the proposer made
attempts to identify, contact, and solicit viable MBE/WBE firms for the services required, that certain MBE/WBE
firms did not respond or declined to submit proposals for the work, or any other documentation that helps
demonstrate good faith efforts. Failure by the proposer to provide the required documentation or otherwise
demonstrate good faith efforts will be taken into consideration by CCH in its evaluation of the proposer’s
responsibility and responsiveness.
6.6 Financial Status a. Provide the audited financial statements for the last three fiscal years. Include the letter of opinion,
balance sheet, schedules, and related auditor’s notes. Summary format and links to online financials are
allowed. If applicable, submit the financial report of your parent company.
b. State whether the proposer or its parent company has ever filed for bankruptcy or any form of Reorganization under the Bankruptcy Code, and, if so, the date and case number of the filing.
c. State whether the proposer or its parent company has ever received any sanctions or is currently under investigation by any regulatory or governmental body.
6.7 Conflict of Interest Provide information regarding any real or potential conflict of interest. Failure to address any potential conflict of
interest upfront may be cause for rejection of the proposal.
If no conflicts of interest are identified, simply state “[Company X] has no conflict of interest.”
6.8 Insurance Requirements Prior to Contract award, the selected proposer will be required to submit evidence of insurance in the appropriate
amounts. However, with its Proposal, the proposer is required to provide a statement on their company letterhead
stating their agreement, or objections if any, to meet all insurance requirements stated below. Proposers may also
submit current certificates of insurance evidencing compliance with this insurance provision.
The standard Insurance Requirements captured in the sample Contract General Conditions (GC-03) are replaced by
the following:
Workers' Compensation Insurance.
Workers' Compensation shall be in accordance with the laws of the State of Illinois or any other applicable
jurisdiction. The Workers’ Compensation policy shall also include the following provisions:
a. Employers' Liability coverage with a limits of:
$ 1,000,000 each Accident;
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 18 of 27
$ 1,000,000 each Employee; and
$ 1,000,000 Policy Limit for Disease.
b. Broad form all states coverage
Commercial General Liability Insurance.
The Commercial General Liability shall be on an occurrence form basis to cover bodily injury and property damage
including loss of use. General Liability limits shall not be less than
$ 1,000,000 per occurrence and $5,000,000 aggregate combined single limit for bodily injury and property damage.
The General Liability policy shall include, without limitation the following coverages:
a. All premises and operations;
b. Broad Form Blanket Contractual Liability;
c. Products/Completed Operations;
d. Broad Form Property Damage Liability; and
e. Cross liability.
Comprehensive Automobile Liability Insurance.
Comprehensive Automobile Liability to cover all owned, non-owned and hired automobiles, trucks and trailers. The
Comprehensive Automobile Liability limits shall not be less than the following:
a. Liability - All Autos: Bodily Injury & Property Damage – $1,000,000 per Occurrence; and
b. Uninsured/Motorists: Per Illinois Requirements.
Umbrella/Excess Liability Insurance.
a. $2,000,000 each occurrence for all liability; and
b. $2,000,000 in the aggregate per policy year separately with respect to products and completed
Professional Liability Insurance.
a. $1,000,000.00 each occurrence; and
b. $3,000,000.00 in the aggregate.
Additional Insured.
CCH, its officials, employees and agents shall be named as additional insureds under the Commercial General
Liability policy.
Qualification of Insurers.
All insurance companies providing coverage shall be licensed or approved by the Department of Insurance, State of
Illinois, and shall have a financial rating no lower than (A-) VII as listed in A.M. Best's Key Rating Guide, current
edition or interim report. Companies with ratings lower than (A-) VII will be acceptable only upon written consent
of the CCH Legal Department.
Subcontractor Insurance Requirements.
Contractor shall require that Providers who become Subcontractors to the Selected Proposer perform such
functions as utilization review or credentialing hereunder, carry professional liability insurance in an amount of
a. $1,000,000 per each occurrence and
b. $3,000,000 in the aggregate.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 19 of 27
Additional requirements
Additional Insured
The required insurance policies, with the exception of the Workers Compensation and Professional Liability, must
name CCH, its officials, employees, and agents as additional insureds with respect to operations performed on a
primary and non-contributory basis. Any insurance or self-insurance maintained by CCH shall be excess of the
Selected Proposer’s insurance and shall not contribute with it. The full policy limits and scope of protection shall
apply to CCH as an additional insured even if they exceed the minimum insurance limits specified above.
Qualification of Insurers
All insurance companies providing coverage shall be licensed or approved by the Department of Insurance, State of
Illinois, and shall have a financial rating no lower than (A-) VII as listed in A.M. Best's Key Rating Guide, current
edition or interim report. Companies with ratings lower than (A-) VII will be acceptable only upon consent of the
Cook County Department of Risk Management. The insurance limits required herein may be satisfied by a
combination of primary, umbrella, and/or excess liability insurance policies.
Insurance Notices
Contractor shall notify the Supply Chain Management with thirty (30) days advance written notice if insurance will
be cancelled, materially reduced or non-renewed. The Selected Proposer shall secure replacement coverage to
comply with the stated insurance requirements and provide new certificates of insurance to SCM.
Prior to the date on which the Selected Proposer commences performance of its part of the work, the Selected
Proposer shall furnish to SCM certificates of insurance maintained by the Selected Proposer. The receipt of any
certificate of insurance does not constitute agreement by CCH that the insurance requirements have been fully
met or that the insurance policies indicated on the certificate of insurance are in compliance with insurance
required above.
In no event shall any failure of CCH to receive certificates of insurance required hereof or to demand receipt of
such Certificates of Insurance be construed as a waiver of the Selected Proposer’s obligations to obtain insurance
pursuant to these insurance requirements.
Waiver of Subrogation Endorsements
All insurance policies must contain a Waiver of Subrogation Endorsement in favor of CCH.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 20 of 27
6.9 Contract Sample Contract CCH Terms & Conditions are available in the Doing Business with CCH website and additional
Special conditions are listed as a subsection to Section 6.8 (Contract).
Execution of the Contract is not required at the time the qualifications are submitted. However, if the proposer
disagrees with any Contract provisions or Special Conditions (below), or is proposing alternate language, it shall
include the language for consideration by submitting the proposed redlines on the sample Contract General Terms
and Conditions document.
CCH will not consider any exceptions or proposed alternate language to the Contract General Terms and
Conditions if the proposer does not include these objections or alternate language with the proposal.
CCH shall not be deemed to have accepted any requested exceptions by electing to engage a proposer in
negotiations of a possible Contract.
6.10 Legal Actions Provide a list of any pending litigation in which the proposer may experience significant financial settlement and
include a brief description of the reason for legal action.
If no Legal actions are identified, simply state “[Company X] has no pending legal actions in which our firm will
experience any significant impact to this Contract.”
History of Legal Actions for the last 36 months:
Action Date
6.10.1 Confidentiality of Information The Selected Proposer may have access to confidential information, including Protected Health Information (PHI)
to perform the functions, activities, or services for, or on behalf of, CCH as specified in this RFP. The Proposer must
acknowledge that if awarded there is a high likelihood that the Selected Proposer may have access to PHI, in paper
or electronic form, and thus, it shall sign a Business Associate Agreement with CCH. As a Business Associate, the
Selected Proposer will agree to comply with all federal and state confidentiality and security laws and regulations,
including HIPAA, HITECH, the Medicaid Confidentiality Regulations, as defined herein, and all other applicable rules
and regulations. The Proposer must commit to require all staff, including drivers, Attendants, and other personnel,
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 21 of 27
and Subcontractors to complete HIPAA training upon hire, and no less frequently than annually thereafter. CCH
reserves the right to review and accept the training program prior to implementation, or require the Selected
Proposer to use HIPAA materials or training sessions supplied by CCH.
6.11 Economic Disclosure Statement Proposer must submit an executed Economic Disclosure Statement (“EDS”) with the pricing proposal in a separate
envelope.
The EDS form can be found at http://www.cookcountyhhs.org/about-CCH/doing-business-with-CCH/bids-rfp/
UPDATE: Cook County’s Office of Contract Compliance keep its forms up to date in its website, thus Proposer may
visit https://www.cookcountyil.gov/service/contract-documents to ensure that the latest EDS forms 1, 2, and 3,
Affidavit of Joint Venture, and MWBE Reciprocal Certification Affidavit are the latest versions are submitted.
Similarly, the Board of Ethics maintains its most up to date Vendor Familial Relationship Disclosure Provision
(VFRD) Form in its website: https://www.cookcountyil.gov/service/board-ethics-ordinances-regulations-and-
guides.
6.12 Addenda Since all Addenda become a part of the Proposal, all Addenda must be signed by an authorized Proposer
representative and returned with the Proposal. Failure to sign and return any and all Addenda
acknowledgements shall be grounds for rejection of the Proposal.
Addenda issued prior to the Proposal due date shall be made available via CCH website:
http://www.cookcountyhhs.org/about-CCH/doing-business-with-CCH/bids-rfp/
7. Evaluation and Selection Process
7.1 Evaluation Process Proposals will be evaluated by a RFP Evaluation Committee that may invite one or more proposers to make
presentations and/or demonstrations.
The evaluation committee, at its option, may request that all or a shortlisted group of proposers engage in
proactive pricing feedback, submit clarifications, schedule a site visit of their premises (as appropriate), provide
additional references, respond to questions, or consider alternative approaches.
7.2 Right to Inspect CCH reserves the right to inspect and investigate thoroughly the establishment, facilities, equipment, business
reputation, and other qualification of the proposer and any proposed subcontractors and to reject any proposal
regardless of price if it shall be administratively determined that in CCH’s sole discretion the proposer is deficient
in any of the essentials necessary to assure acceptable standards of performance. CCH reserves the right to
continue this inspection procedure throughout the life of the Contract that may arise from this RFP.
7.3 Consideration for Contract Any proposed contract including all negotiations shall be subject to review and approval of CCH management, CCH
Legal and CCH’s Board of System Board. Proposed Contracts are also subject to review by the Cook County Office
of Contract Compliance.
Following finalization of Contract documents to the satisfaction of CCH executive management, CCH shall secure
appropriate reviews and may approve the proposed Contract for execution in its sole discretion. The identity of the
successful proposer shall be posted on the website.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 22 of 27
8. Evaluation Criteria
8.1 Responsiveness of Proposal Proposals will be reviewed for compliance with and adherence to all submittal requirements requested in this RFP.
Proposals which are incomplete and missing key components necessary to fully evaluate the Proposal may, at the
discretion of the CPO or designee, be rejected from further consideration due to “Non-Responsiveness” and rated
Non-Responsive. However, Proposals not meeting the following requirements will be eliminated and shall not be
further evaluated:
8.2 Proposal Proposals will be reviewed and selected based on the following criteria.
A. Ability to achieve CCH’s business goals, objectives described in this RFP.
B. Overall reasonableness and competitiveness of pricing.
8.3 Other Qualitative Criteria The Chief Procurement Officer (CPO) may, at his own discretion reject a proposal from further consideration due
to “Non-Responsiveness,” if a proposal does not completely address the following:
1. Financial Status;
2. Conflict Interest;
3. Insurance Requirements;
4. Contract Terms and Conditions (objections and/or suggested alternate language);
5. Legal Actions;
6. Addenda acknowledgement (See Addenda Section)
9. Instructions to Proposers These instructions to proposers contain important information and should be reviewed carefully prior to
submitting the Required Proposal Content. Failure to adhere to the procedures set forth in these instructions,
failure to provide positive acknowledgement that the proposers will provide all services and products or failure to
provide acceptable alternatives to the specified requirements may lead to disqualification of the submitted
proposal.
9.1 Questions and Inquiries Questions regarding this RFP will be submitted in writing to the contact(s) email listed on the cover page of this
RFP no later than the date stated in the Schedule.
Question must be submitted in the following format, in MS Excel, and the subject of the email should reference
the RFP #, Title and Proposer’s Name.
ID Vendor Name RFP Section Question
1.
2.
3.
4.
Should any proposer have questions concerning conditions and specifications, or find discrepancies in or omissions
in the specifications, or be in doubt as to their meaning, they should notify the Supply Chain Management Office
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 23 of 27
via the email provided on the cover sheet no later than the date stated on the Schedule and obtain clarification
prior to submitting a Proposal. Such inquires must reference the proposal due date and CCH RFP number.
9.2 Pre-proposal Conference (if Applicable) CCH will hold a Pre-Proposal conference call on the date, time, and location indicated on the cover page.
Representatives of CCH will be present to answer any questions regarding the goods or services requested or
proposal procedures. If a mandatory pre-proposal conference is required, the proposer must sign the pre-proposal
conference or site inspection sheet and include a copy of this sign-in sheet in the response to the RFP.
9.3 Number of Copies Proposers are required to submit one (1) original hard copy, and one (1) electronic copy (emailed to the email
addressed on the cover page) and no later than the time and date indicated in the RFP.
Please see the Proposal Receipt Acknowledgement form at the end of this file for the form required at delivery
time.
DO NOT USE EXPENSIVE PAPER OR MARKETING GRAPHICS THAT MAY DISTORT ELECTRONIC PAGES. PLEASE USE
STANDARD PAPER.
9.4 Format Hardcopies of the proposals should be submitted in one package (No loose pages), except pricing which must be
submitted in a separate envelop. Material should be organized following the order of the Required Proposal
Content Section 6, separated by labeled tabs. Expensive paper and bindings are discouraged since no materials will
be returned. Numbered titles and pages are required.
CCH reserves the right to waive minor variances.
9.5 Time for submission Proposals shall be submitted no later than the date and time indicated on the cover page of this RFP. Late
submittals will not be considered.
9.6 Packaging and Labeling The outside wrapping/envelope shall clearly indicate the RFP title, proposer’s Name, proposers address, and point
of contact information. All other submission requirements shall be included with the Technical Proposal.
9.7 Timely delivery of Proposals The proposal(s) must be either delivered by hand or sent to CCH through U.S. Mail or other available courier
services to the address shown on the cover sheet of this RFP. Include the RFP number on any package delivered or
sent to CCH and on any correspondence related to the Proposal. If using an express delivery service, the package
must be delivered to the designated building and drop box. Packages delivered by express mail services to other
locations might not be re-delivered in time to be considered. CCH assumes no responsibility for any Proposal not
so received.
9.8 Availability of Documents CCH publishes competitive bid, RFP, and other procurement notices, as well as award information, at
http://www.cookcountyhhs.org under the “Doing Business with CCH” tab. Proposers intending to respond to
any posted solicitation are encouraged to visit the web site above to ensure that they have received a complete
and current set of documents.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 24 of 27
9.9 Alteration/Modification of Original Documents The proposer certifies that no alterations or modifications have been made to the original content of this Bid/RFP
or other procurement documents (either text or graphics and whether transmitted electronically or hard copy in
preparing this proposal). Any alternates or exceptions (whether to products, services, terms, conditions, or other
procurement document subject matter) are apparent and clearly noted in the offered proposal. Proposer
understands that failure to comply with this requirement may result in the proposal being disqualified and, if
determined to be a deliberate attempt to misrepresent the proposal, may be considered as sufficient basis to
suspend or debar the submitting party from consideration from future competitive procurement opportunities.
9.10 Cost of Proposer Response All costs and expenses in responding to this RFP shall be borne solely by the proposer regardless of whether the
proposer’s Proposal is eliminated or whether CCH selects to cancel the RFP or declines to pursue a Contract for any
reason. The cost of attending any presentation or demonstration is solely the proposer’s responsibility.
9.11 Proposer’s Responsibility for Services Proposed The proposer must thoroughly examined and read the entire RFP document. Failure of proposers fully to acquaint
themselves with existing conditions or the amount of work involved will not be a basis for requesting extra
compensation after the award of a Contract.
9.12 RFP Interpretation Interpretation of the wording of this document shall be the responsibility of CCH and that interpretation shall be
final.
9.13 Specifications and Special Conditions The specifications in this document provide sufficient information for proposers to devise a plan and provide
pricing. Minor variations from those specifications will be considered as long as proposers identify any instance in
which their services specifications differ from those set forth in the proposal documents.
9.14 Errors and Omissions The proposer is expected to comply with the true intent of this RFP taken as a whole and shall not avail itself of any
errors or omission to the detriment of the services or CCH. Should the proposer suspect any error, omission, or
discrepancy in the specifications or instructions, the proposer shall immediately notify CCH in writing, and CCH will
issue written corrections or clarifications. The proposer is responsible for the contents of its Proposals and for
satisfying the requirements set forth in the RFP. Proposer will not be allowed to benefit from errors in the
document that could have been reasonably discovered by the proposer in the process of putting the proposal
together.
9.15 Proposal Material The Proposal material submitted in response to the RFP becomes the property of CCH upon delivery to the Supply
Chain Management Office and may become part of a Contract.
9.16 Confidentiality and Response Cost and Ownership All information submitted in response to this RFP shall be confidential until CCH has executed a Contract with the
successful proposer or has terminated the RFP process and determined that it will not reissue the RFP in the near
future. Following such actions, the contents of Proposals submitted in response to this RFP may be disclosed in
response to requests made pursuant to the provisions of the Illinois Freedom of Information Act ("FOIA"). If a
proposer wishes to preserve the confidentiality of specific proprietary information set forth in its Proposal, it must
request that the information be withheld by specifically identifying such information as proprietary in its Proposal.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 25 of 27
CCH shall have the right to determine whether it shall withhold information upon receipt of a FOIA request, and if
it does so pursuant to a proposer request, the proposer requesting confidential treatment of the information shall
bear the costs of asserting that there is a proper exemption justifying the withholding of such information as
proprietary in any court proceeding which may result. This notwithstanding, proposer is on notice that the CCH is
subject to the FOIA and that any documents submitted to the CCH by the proposer may be released pursuant to a
request under the FOIA.
9.17 Awards CCH may, at its discretion evaluate all responsive Proposals. CCH reserves the right to make the award on an all or
partial basis or split the award to multiple proposers based on the lowest responsible proposers meeting the
specifications, terms and conditions. If a split award impacts the outcome of the project it must be so stated in the
proposal.
9.18 CCH Rights CCH reserves the right to reject any and all offers, to waive any informality in the offers and, unless otherwise
specified by the proposer, to accept any item in the offer. CCH also reserves the right to accept or reject all or part
of your Proposal, in any combination that is in the best interest of CCH.
9.19 Cancellation of RFP; Requests for New or Updated Proposals CCH, in its sole discretion, may cancel the RFP at any time and may elect to reissue the RFP later. CCH may also
issue an Addendum modifying the RFP and may request supplemental information or updated or new Proposals.
10. Definitions The following definitions shall apply to this RFP:
"Addendum” or “Addenda" shall refer to a one or more documents posted to the website by which modifies this
Request for Proposal or provides additional information.
“Attendant” is a Contractor employee, other than the driver, who accompanies the rider during the ride when
prior approved by CCH.
“Behavioral Health Consortium” is a network of six community-based behavioral health providers providing
services to CountyCare Enrollees.
“Board” or “System Board” shall refer to the Board of Directors of the Cook County Health and Hospitals System.
“Chapter T-200, Handbook for Providers of Transportation Services” means the Illinois Department of Healthcare
and Family Services handbook of policies and procedures, as updated from time to time.
"Contract" shall mean a properly executed Contract that has been negotiated between CCH and a proposer for
some or all of the Deliverables described in this RFP.
“Contractor(s)” and “Selected Proposer” shall mean the individuals, businesses, or entities that have submitted a
Proposal and have negotiated a Contract that has been properly executed on behalf of the Contractor and CCH.
"County" shall mean the County of Cook, Illinois, a body politic and corporate.
“County MCCN Contract” means the State of Illinois contract between the Department of HealthCare and Family
Services and Cook County for furnishing health services by a County Managed Care Community Network that was
signed by both parties to the contract June 30, 2014.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 26 of 27
“Covered Services” means those benefits and services listed in Appendix E of this RFP that CCH and CountyCare
have identified as appropriate for Non-Emergency Medical Transportation services. At CCH or CountyCare
discretion, the list of Covered Services may be changed from time to time.
“Covered Services Provider” means the person or entity authorized by CCH or CountyCare to provide Covered
Services to Riders.
“Deliverables” shall refer to the items, supplies, equipment, or services that will be provided pursuant to any
Contract entered into as a result of this RFP.
“Encounter Claims” means claims, with all details and in a format consistent with HFS requirements, which are
submitted to CountyCare for each ride provided to Riders who are CountyCare Enrollees and to CCH for each ride
provided to CCH Patients who do not have coverage for Non-Emergency Medical Transportation.
“General Conditions” shall mean the terms and conditions posted to the CCH website.
“Party” or “Parties” means the Cook County Health and Hospitals System and Contractor.
“Patient” means an individual receiving services at CCH locations or from CCH Covered Services Providers.
"Procurement Director" or “System SCM Director” shall mean the CPO who serves as chief procurement officer for
the CCH.
"Proposal" shall mean the document(s) submitted by proposer(s) in response to this RFP that constitute a
proposer's offer to enter into contract with the CCH under terms consistent with this RFP, subject to the
negotiation of a Contract and approval by the Board.
"Proposer(s)" shall mean the individuals or business entities, if any, submitting a Proposal in response to this RFP.
"Request for Proposals" or "RFP" shall refer to this solicitation of Proposals by CCH that may lead to the
negotiation of a Contract and the recommendation that the CCH authorize a Contract with a proposer.
“Subcontractor” means any person or entity that has an agreement with Contractor to provide services related to
this RFP.
Craniomaxillofacial Supplies
RFP Number H19-0001
Page 27 of 27
Appendix A – Proposal Receipt Acknowledgement Form Proposal Receipt Acknowledgement Form
This acknowledgement of receipt should be signed by a representative of Supply Chain Management located at
Stroger Hospital, 1969 W. Ogden Avenue, lower level (LL) Room 250A, Chicago IL, 60612.
The outside wrapping shall clearly indicate the RFP Number and Title, Proposer’s Name, Proposers Address, and
Point of Contact information. Prefill the first two lines prior to submission.
Solicitation Number and Title:
Vendor Name:
Accepted By:
Date:
Time (if time machine is not available, hand write the time):
A.M P.M
Proposals shall be submitted no later than the date and time indicated on the cover page of the RFP. Late
submittals will not be considered.
Proposers must cut this sheet in two. SMC will time-stamp top and bottom sections. SCM will keep one section
and the proposer will keep the other section.
Proposal Receipt Acknowledgement Form
This acknowledgement of receipt should be signed by a representative of Supply Chain Management located at
Stroger Hospital, 1969 W. Ogden Avenue, lower level (LL) Room 250A, Chicago IL, 60612.
The outside wrapping shall clearly indicate the RFP Number and Title, Proposer’s Name, Proposers Address, and
Point of Contact information. Prefill the first two lines prior to submission.
Solicitation Number and Title:
Vendor Name:
Accepted By:
Date:
Time (if time machine is not available, hand write the time):
A.M P.M
Proposals shall be submitted no later than the date and time indicated on the cover page of the RFP. Late
submittals will not be considered.
Proposers must cut this sheet in two. SMC will time-stamp top and bottom sections. SCM will keep one section
and the proposer will keep the other section.
Tim
e St
amp
Her
e
Tim
e St
amp
Her
e