SOLICITATION NOTICE
65 -- J and A for Award of IDIQ Contract for NMC San DIego
- Notice Date
- 2/3/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Archive Date
- 3/4/2010
- Point of Contact
- Thomas L. Hood, Phone: 3016198894
- E-Mail Address
-
thomas.hood@med.navy.mil
(thomas.hood@med.navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- (N62645-10-D-5003)(N62645-10-D-5004)
- Award Date
- 2/2/2010
- Description
- JUSTIFICATION AND APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Requiring Activity: Nuclear Medicine Clinic Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134-5000 Contracting Activity: Naval Medical Logistics Command Code 02 1681 Nelson Street Fort Detrick, MD 21702 Requisition Number: N00259-10-RCE-0083 2. Nature or Description of the Action being Approved: Justification is for the award of a contract to secure nuclear radiopharmaceuticals and pharmaceutical products for the Nuclear Medicine Division. This service is needed in order to diagnose and treat mild, moderate or severe health ailments of the body. These products will be needed on a daily, weekly and/or monthly schedule. This acquisition is in support of Naval Medical Center’s Mission of continuously improving quality healthcare to our service members and dependents, providing casualty care to the wounded veterans and providing preventive care for service members ready to deploy. These products will be needed on a daily, weekly and/or monthly schedule. The estimated dollar value of this procurement is $1,000,000.00 a year with a total estimated value of $5,000,000.00. The base year period of performance is expected to run from January 2009 to January 2010 with four option years. 3. Description of Supplies/Services: To deliver radio labeled pharmaceuticals to the nuclear medicine clinic to be utilized in performing diagnostic, evaluation and post treatment scans and for staging and treatment of cancers and other medical diseases. These radiopharmaceuticals are needed to treat patients on a daily basis. Isotopes include non-tagged pharmaceutical kits, radio-labeled pharmaceuticals and generic radioactive tracers to be used for quality control purposes. Package will also include the pick up and tagging of blood products on an as needed basis. All products will meet with the NRC standards. Historically, NMC has had numerous different contracts for individual products. All other individual dose ordering has been done by purchase card through the HAZMAT division on a daily basis. The process has caused numerous late orders or shipment receipts not given in a timely fashion. The personnel who order the radiopharmaceuticals do not understand the radiation safety information regarding decay or how to meet with criteria of information when being asked questions. The pharmaceutical price has consistently gone up over time and is now harder to order due to the maximum credit card limit of $3,000.00. When the supplier consolidates purchase requests into two separate billings, this causes credit card purchases to be audited, causing unnecessary administration scrutiny. Nuclear Medicine will use Wide Area Work Flow, eliminating the need for credit card purchases and audits. Vendor must be in a local area (50 mile radius) due to the half life of radiopharmaceuticals. Company needs to be able to deliver products within ONE hour of notice. Services will provide necessary personnel to make and delivery these products directly to the nuclear medicine clinic by the shortest transfer path. Theses products will need to be received by one of the nuclear medicine staff members. Products are not to be left in the hallway, at the door or unaccompanied at any given time. There will be weekly schedules with the possibility of add on doses for emergent studies. The clinic will have the option of phoning in the orders to be received. All products will be paid for through the WAWF system. Vendor will have a daily tracking system of orders to be available upon request for comparison to hospital orders. Vendor will need to provide an updated copy of their Nuclear Regulatory Commission (NRC) License to the Radiation Safety Officer (RSO). The type of contract proposed is firm fixed price IDIQ contract. 4. Identification of the statutory authority permitting other than full and open Competition. The statutory exception permitting other than full and open competition for this acquisition is 10 U.S.C. 2304(c)(1), Only One Responsible Source as implemented by paragraph 6.302-1(c) of the Federal Acquisition Regulation. There are only two known responsible sources that can provide these products and the requirement will be competed between the two of them. 5. Rationale Justifying Use of Cited Statutory Authority. Cardinal Health and GE Amersham are both within a close proximity of the hospital and can supply all the pharmaceutical and radioactive pharmaceuticals and tracers to the hospital within a short period of time. They have a certified radio pharmacist. They meet all the NRC standards for making and providing theses products to us. 6. Description of Efforts Made to Solicit Offers as Many Sources as Practicable. Based on market research that cosisted of internet searches, talking with local hospitals and looking at past procurments, NMC attempted to promote competition as much as practible. The result of these findings is that only two responsible sources exist. 7. Determination of Fair and Reasonable Price. The anticipated cost to the government of the supplies/services covered by this J & A is considered fair and reasonable based on the commercially available prices in the area. 8. Actions to Remove Barriers to Future Competition. In accordance with Federal Acquisition Regulation (FAR) 5.201, an announcement will be posted on Fedbizopps
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/56315ad1dbf176e6d4d4ff9f79a89237)
- Place of Performance
- Address: NAVAL MEDICAL CENTER, SAN DIEGO, NUCLEAR MEDICINE CENTER, 34800 BOB WILSON DRIVE, SAN DIEGO, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN02057240-W 20100205/100203235729-56315ad1dbf176e6d4d4ff9f79a89237 (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 |