SOLICITATION NOTICE
65 -- Radiopharmaceuticals Products
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W45XTR73171054
- Response Due
- 9/17/2007
- Archive Date
- 11/16/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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 W45XTR73171054 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition C ircular 2005-18. This acquisition is solicited as a 100% Small Business set-aside for NAICS 325413, size standard 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. MFG: Specialty Pharmac y Services, Inc, Brand Name or Equal applies to the radiopharmaceuticals listed below: (Items 0001 to 0031): 0001 67 GALLIUM CITRATE, dose: 10mCI, 5 ea; 0002 67 GALLIUM CITRATE, dose: 6mCI, 5 ea; 0003 99mTc MAG3, dose: 15 mCI, 52 ea; 0004 131 IODINE CAP SULES, dose: 1 mCI, 1,500 ea; 0005 133 XENON GAS, dose: mCI, 400 ea; 0006 201 THALLOUS CHLORIDE, dose: 100 mCI, 100 ea; 0007 123 IODINE CAPSULE, dose: 100 mCI, 200 ea; 0008 99mTc SESTAMBI, dose: 30mCI, 550 ea; 0009 99mTc BICISATE, dose: 30mCi, 2 ea; 0010 99mTc APCITIDE, dose: 20mCI, 3 ea; 0011 111 In OCTREOTIDE, dose 5mCI, 5 ea; 0012 99m Tc ARCITUMOMAB, dose: 20mCI, 2 ea; 0013 111 INDIUM OXINE, dose: 1mCI, 10 ea; 0014 99 tC NEOTECT, dose: 20mCI, 2 ea; 0015 H. PHYLORI Breath Test, dose: .001, 60 ea; 0016 9 9mTcMAA, dose: 10mCI, 25 ea; 0017 99mTc MDP, dose: 30mCi, 1500 ea; 0018 99mTcSC, dose: 10mCi, 52 ea; 0019 99mTc SC/FILEERED, dose: 1.0mCi, 24 ea; 0020 Tc04 BULK, dose: 1 mCi, 150,000 ea; 0021 99mTc04-DOSE, dose: 30mCi, 10 ea; 0022 99mTc PYP, dose: 30 mCi, 5 ea; 0023 99mTc CERETEC, dose: 25 mCi, 5 ea; 0024 99m CHOLETEC, dose: 75 mCi, 75 ea; 0025 99mTc DMSA, dose: 5 mCi, 5 ea; 0026 99m Tc MYOVIEW, dose: 30 mCi, 5 ea; 0027 WBC KIT/LABELING, 10 ea; 0028 X Delivery Charge, 20 ea; 0029 Stat Delivery, 10 ea; 0030 R PH Call Charge, 10 ea; 0031 Sat/Sun Delivery, 120 ea. Delivery of all radionuclides specified above will, on the delivery date specified when order is placed, be delivered to the Nuclear Medicine Service, Building 36000, Room 1953, Carl R. Darnall Army Medical Center, Fort Hood, TX, no later than 0700 and 100 0 hours unless otherwise specified. NOTE: All quantities are estimated. Items ordered on as needed basis. Payment will be made for quantities actually ordered and received by the Government. VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: ALL RADIONUCLIDES PROVIDED SHALL BE OF THE HIGHEST PURITY AT THE TIME OF CALIBRATION FOR GOVERNMENT USE. RADIONUCLIDES WILL BE FREE FROM CROSS CONTAMINATION AND OTHER IMPURITIES. Received dose activity must be within 5% of the calibrated dose activity. All isotopes will be calibrated for 1200 hours the day of delivery unless otherwise specified. 67Gallium Citrate, 99mTc04 MAG-3, 201 Thallus Chloride, 99mTcSetamibi, and 99mTcBicisate at the time of delivery will be isotonic, sterile, and non-pyrogenic. These radionuclides are for diagnostic use and will have the ability to be introduced intravenou sly. 123Iodine and 131Iodine Capsule will, at the time of calibration, be free from impurities. They will have the ability to be administered orally for diagnostic and therapeutic procedures. 133XenonGas will be supplied in the form of a gas and will have the ability to be administered by inhalation for lung ventilation studies. Performance Period: 1 October 2007 to 30 September 2008. Preferred shipping method is FOB destination to Nuclear Medicine Service, Building 36000, Room 1953, Carl R. Darnall Army Medical Center, Fort Hood, TX 76544-5063. Vendor shall indicate on their pr ice quote if shipping method will be other than FOB destination. Vendors shall comply with FAR 52.211-6, Brand Name or Equal, if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulatio ns Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central C ontractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced Technically Acceptable (LPTA). Award will be on an all or non basis. T he following factors will be used to evaluate quotes: 1. Technical Acceptability. In order to be considered technically acceptable, vendors must demonstrate that all items proposed [if other than Brand Name] meet or exceed the salient characteristics li sted above. 2. Price. All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition. FAR claus e 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] and the following FAR Clauses apply to this acquisition: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.222-3 [Convict Labor]; 52.222 -19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible V eterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following FAR and sub DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Bal ance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is Monday, 17 September 2007, 4:00 P.M. Central Standard Time. Price quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Fax quotes to Great P lains Regional Contracting Office (210) 916-1750 or (210) 916-3040. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Virginia Gon zales, telephone: (210) 916-2873; e-mail Virginia.Gonzales@amedd.army.mil
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Country: US
- Zip Code: 78234-6200
- Record
- SN01406080-W 20070915/070913222636 (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 |