Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

R -- Purchase of Potassium Iodide (KI)

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NSR-07-173
 
Response Due
6/22/2007
 
Archive Date
7/7/2007
 
Point of Contact
Neha Dhir, Senior Contract Specialist, Phone 301-415-6594, Fax 301-415-8157,
 
E-Mail Address
nsd@nrc.gov
 
Description
This is a combined synopsis/solicitation for a commercial item, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. NSR-07-173 herein is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This is not a small business set aside. This RFP is for full and open competition. The North American Industry Classification System (NAICS) code is 325412. BACKGROUND --- In April 2001, the U.S. Nuclear Regulatory Commission (NRC) revised 10 CFR 50.47(b)(10) of its emergency preparedness regulations. The revised rule requires that States with population within the 10-mile emergency planning zone of commercial nuclear power plants, consider including potassium iodide (KI) as a protective measure for the general public to supplement sheltering and evacuation in the unlikely event of a severe nuclear power plant accident. Concomitant with this action, the NRC offered to provide a supply of KI to each State or Tribe that incorporated KI for the general public into their emergency plans. If local governments were designated by the State, NRC also offered to provide a supply to the local governments. In addition to providing the initial supply of KI, NRC agreed in September 2006 to provide replenishment of the potassium iodide for those States currently providing it for populations within the 10-mile (EPZs) of commercial nuclear power plants. OBJECTIVE --- The Contractor shall provide up to 6,321,350 of 65 mg KI tablets produced by an FDA-approved manufacturer, in the quantities and to the locations designated by the NRC Project Officer (PO) during the base year of the period of performance. If exercised, the Contractor shall provide up to 491,492 additional 65 mg KI tablets during the first option period and up to 8,726,240 additional 65 mg KI tablets during the second option period. SCOPE OF WORK ---The Contractor shall supply and distribute Potassium Iodide (KI) tablets as ordered by the NRC. CONFIGURATION OF POTASSIUM IODIDE TABLETS --- Each 65 mg KI tablet, shall be manufactured by an FDA-approved manufacturer and must be an FDA approved product. Each tablet shall be scored-in to enable the user to break the tablet into at least four pieces. Each 65 mg KI tablet shall have the maximum FDA-approved shelf life from date of acceptance by the NRC or the State or Tribe to which delivery was made. TASK 1 - SUPPLY POTASSIUM IODIDE TABLETS --- The contractor shall provide the following amounts of 65 mg KI tablets during the base period and option periods (if exercised): Base Period, Minimum 500,000; Maximum 6,321,350. Option Period 1, Minimum 100,000; Maximum 491,492. Option Period 2, Minimum 100,000; Maximum 8,726,240. The NRC is not obligated to order the maximum amount(s) stated herein. TASK 2 ? DISTRIBUTION --- The contractor shall ship the specified number of KI tablets, to the locations identified in the delivery order (see Attachment 1, for Locations), no later than 90 days from receipt of the delivery order from the NRC PO. The contractor shall maintain records of the shipping logs, showing quantities sent, receiving organization and proof of delivery. A copy of these documents shall be provided to the NRC PO no later than five (5) calendar days from the date of delivery. KI tablets shall be provided in a manner which provides ease of distribution, packaging, and storage; and maintains the shelf-life integrity of the tablets, once provided to the State or Tribe. As a matter of redistribution and tamper avoidance, individually packaged or blister packaged tablets are the preferred method in packaging the tablets. DAMAGED/CRUSHED TABLETS --- The Contractor shall replace, at no cost to the NRC, any tablets that have been damaged or crushed during shipping. The NRC will provide claims for replacement no later than 45 calendar days after delivery. The Contractor shall replace the damaged/crushed tablets no later than 90 calendar days from receipt of NRC?s claim. SUBMITTAL AND CONFIRMATION OF DELIVERY ORDER --- The NRC PO will e-mail the request for the tablets to the Contractor and follow-up the e-mail request with a telephone call. The Contractor shall provide an e-mail confirmation to the NRC PO. BILL-TO AND SHIP-TO ADDRESS REQUIREMENTS --- The Contractor shall ship the tablets to various locations specified by the NRC PO, while maintaining one overall Bill-to Account. CONTRACTOR POINT OF CONTACT --- The contractor shall designate one primary and one alternate personnel as point of contact. TYPE OF CONTRACT AND PERIOD OF PERFORMANCE --- The government intends to award a Fixed Price, Indefinite Delivery/Indefinite Quantity type contract with a one-year base period of performance and two (2) additional one-year option periods. PROVISIONS AND CLAUSES --- The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors ? Commercial; 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract. FAR 52.212-5 applies to this acquisition with the following additional clauses: 52.203-6, 52.219-8, 52.219-9 Alternate II, 52.219-16, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. In addition, the following clauses apply to this acquisition: (1) Compliance with U.S. Immigration Laws and Regulations ? NRC contractors are responsible to ensure that their alien personnel are not in violation of United States Immigration and Naturalization (INS) laws and regulations, including employment authorization documents and visa requirements. Each alien employee of the Contractor Registration Receipt Card Form I-151 or must present other evidence from the Immigration and Naturalization Services that employment will not affect his/her immigration status. The INS Office of Business Liaison (OBL) provides information to contractors to help them understand the employment eligibility verification process for non-US citizens. This information can be found on the INS website, http://www.ins.usdoj.gov/graphics/services/employerinfo/index.htm#obl. The NRC reserves the right to deny or withdraw Contractor use or access to NRC facilities or its equipment/services, and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should the Contractor violate the Contractor?s responsibility under this clause; (2) Seat Belts -- Contractors, subcontractors, and grantees, are encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented, or personally owned vehicles. PROPOSAL REQUIREMENTS - GENERAL --- Proposals must be typed, numbered, legible and printed or reproduced on letter-size paper. Proposals shall not exceed 15 pages (if both sides of a page are used, each side is counted as one page). Proposals in response to this solicitation must be submitted in separate and distinct parts: one (1) original and four (4) copies of the ?Price Proposal? and one (1) original and four (4) copies of the ?Technical and Management Proposal?. In addition to the hard copies, please provide an electronic version of your response formatted in Microsoft Word on CD or DVD. PROPOSAL REQUIREMENTS ? TECHNICAL AND MANAGEMENT PROPOSAL --- The technical and management proposal shall not contain any reference to prices. The offeror shall submit full and complete information to permit the NRC to perform a thorough evaluation and make a sound determination of whether the offeror will have a reasonable likelihood of meeting the requirements and objectives of this procurement. The proposal shall be fully self-contained, and shall specifically address the technical and management evaluation factors. The offeror should provide the production schedule and shipping procedures that will be utilized. If the offeror is not a manufacturer, it must be a manufacturer?s authorized distributor. If the offeror is an authorized distributor, the offeror shall provide a letter of commitment from the manufacturer to provide the KI tablets to the distributor in order for the distributor to meet the deadlines required in Task 2 above. Offerors shall complete the attached Qualification Statement (Attachment 2), to include all contracts/purchase orders performed in the last 3 years similar in size and scope to the work described in this synopsis/solicitation. Identify a primary point of contact, as well as an alternate. Contracts listed may include those entered into by the Federal Government, agencies of the State and local governments and commercial customers. It is incumbent upon offerors to provide information which is accurate, current and verifiable. Provide any other pertinent information that will aid in the evaluation of your performance record. The NRC reserves the right to contact one or all sources identified on the Qualifications Statement regarding past performance information. Identify all contracts that your firm has been awarded that were terminated for default, or subject to any disputes. If none, a negative statement is required. PROPOSAL REQUIREMENTS ? PRICING --- The fixed unit price proposed for this contract shall include all charges, direct and indirect (e.g. packaging costs, shipping costs). All offerors shall submit a fixed unit price for each tablet and include the total price for the base period of performance and option periods based on the maximum amounts identified in Task 1 above. OPTIONS --- The Government will evaluate the price proposal by adding the total price for the base period of performance and all option periods. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). EVALUATION FACTORS --- In accordance with FAR 52.212-2(a), the following factors will be used to evaluate offers: To be considered for an award, the proposed price must be realistic and reasonable. Price will not be point scored. Price is a substantial factor and is of equal importance to the combined technical and management evaluation factors. The technical and management evaluation factors are: Technical Capability (40 points) ? Extent to which the proposal demonstrates the offerors ability to successfully manage and complete the activities required above, including a detailed description of the methodology to be employed in accomplishing this work, inclusive of resolving problems, assuring quality deliverables, and meeting scheduled delivery dates. Packaging (40 points) -- Extent to which packaging provides for ease of distribution and storage, and maintains the integrity of the tablets. Past Performance (20 points) ? Extent to which the offeror demonstrates successful past performance on contracts/purchase orders similar in size and scope to this requirement. Offerors are hereby notified that all information provided in their proposals must be accurate, truthful, and complete to the best of the offeror?s knowledge and belief. The NRC will rely upon all such representations made by the offeror both in the evaluation process and for the performance of the work by the offeror selected for award. NRC intends to award without discussions. However, the NRC reserves the right to hold discussions and request revised offers, if necessary. SUBMISSION OF QUESTIONS --- It shall be the obligation of the offeror to exercise due diligence to bring to the attention of the Contracting Officer, at the earliest possible time, but no later than 3:00 p.m. on Monday, June 18, 2007, any ambiguities, discrepancies, inconsistencies, or conflicts identified in this synopsis/solicitation. In addition, all questions concerning this request for proposal shall be submitted to the Contracting Officer by e-mail to nsd@nrc.gov no later than 3:00 p.m. on Monday, June 18, 2007. TIMELY RECEIPT OF PROPOSALS --- All proposals should be received no later than 4:00 p.m. on Friday, June 22, 2007. Proposals sent through the U.S. Postal Service must be addressed to the U.S. Nuclear Regulatory Commission, Division of Contracts, Mail Stop T-7-I-2, Washington, DC 20555. All hand-carried proposals including those delivered by private delivery services must be delivered to the loading dock security station located at 111555 Rockville Pike, Rockville, Maryland 20852 and received in the depository located in Room T-7-I-2. All offerors shall allow extra time for internal mail distribution. NRC is a secure facility with perimeter access-control and NRC personnel are only available to receive hand-carried proposals during normal working hours, 7:30 a.m. ? 3:30 p.m., Monday through Friday, excluding Federal Holidays. The RFP NO. NSR-07-173 must be clearly written on the outside of the sealed envelope or package containing your proposal. All questions or inquiries referencing this RFP should be directed to Neha S. Dhir, Sr. Contract Specialist, (301) 415-6594, e-mail nsd@nrc.gov and Heriberto (Eddie) Colon Jr., Sr. Contract Specialist, (301) 415- 7135, e-mail hxc3@nrc.gov.
 
Record
SN01319418-W 20070616/070614222013 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.