Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

65 -- Requirement for Radiopharmaceuticals

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation 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
W81K0010T0152
 
Response Due
7/2/2010
 
Archive Date
8/31/2010
 
Point of Contact
Roland Jasso, 210-221-4964
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
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 W81K0010T0152 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The Associated North American Industrial Classification System (NAICS) code for this procurement is 325412. Size Standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for purchase of Radiopharmaceuticals Regents for the Radiology Department at Brooke Army Medical Center (BAMC), Fort Sam Houston, TX. 78234. Quantities are to be ordered during the period of date of award through 30 Sep 2011. Payment will be made for actual quantities ordered and received: FOB Destination. Line Item 0001: RADIOPHARMACEUTICALS: Local Stock Items must be delivered in 4 hours. Items not stocked locally must be delivered in 48 hours. Payment will be made for actual quantities ordered and received. Period of Performance: 1 Oct 2010 through 30 Sep 2011 Fuel Surcharges for daily delivery of radiopharmaceuticals: Unit Price: $ __________ Total Annual Amount: $ ___________ Surcharges per MILICURIE of TECHNETIUM PRODUCTS; Unit Price: $ __________ Total Annual Amount: $ ___________ DELIVERY TERMS: Two (2) deliveries per day (Monday through Friday from 7:00 a.m. to 5:00 p.m.) Unit Price: $ __________ Each additional delivery (Monday through Friday from 7:00 a.m. to 5:00 p.m.) Unit Price: $ __________ After Hour Delivery Charges: Monday - Friday 5:01 P.M. TO 5:59 A.M. Also Known as STAT or EMERGENT DELIVERIES; (all Sunday, holiday, After Hours, STAT or emergency orders) Unit Price: $ __________ Pharmacist call-out fee for orders placed on a STAT or EMERGENT basis after normal working hours. Unit Price: $ ___________ LIST OF RADIOPHARMACEUTICAL: Product Description Unit of Measure Pkg Type Price Code 102 Tc99m NaTc04 (Bulk) 1-25mCi vial $ ____ 102 Tc99m NaTc04 UD 1-25mCi syringe $ ____ 104 Tc99m NaTc04 PYP (pyrophosphate) UD 1-25mCi syringe $ ____ 105 Tc99m NaTc04 MDP (Medtonate) UD 1-25mCi syringe $ ____ 108 Tc99m NaTc04 GLUCEPTATE(Glucoheptonate) UD 1-20mCi $ ____ 109 Tc99m NaTc04 DTPA(Pentetate) Renal UD 1-25mCi syringe $ ____ 109 Tc99m NaTc04 (pentetate) Aerosol UD 26-40mCi syringe $ ____ 110 Tc99m NaTc04 TSC (sulfur Colloid) UD 1-8mCi syringe $ ____ 111 Tc99m NaTc04 MAA(Macroaggregated Albumin) UD 1-7mCi syringe $ ____ 116 Tc99m NaTc04 MAG 3tm (Mertiatide) UD 1-15mCi syringe $ ____ 120 Tc99m NaTc04 DMSA (Succimer) UD 1-5mCi syringe $ ____ 121 Tc99m NaTc04 HEPATOLITE" (Disofenin) UD 1-10mCi syringe $ ____ 122 Tc99m NaTc04 MEBROFENIN UD 1-10mCi syringe $ ____ 125 Tc99m CERETE(Exametazine injection) UD 1-30mCi syringe $ ____ Tc99m MYOVIEW (Tetrofosmin) UD 1-30mCi syringe $ ____ 255 Tc99m CERETE (Exametazime) WBC Labeling per Study 133 Tc99m ACUTECT UD 20-25mCi syringe $ ____ 327 1-123 ADREVIEW 6-10mCi syringe $ ____ 209 DTPA (Pentetate) KIT 10 vial kit $ ____ 210 TSC (Surfur Colloid) KIT 5 vial kit $ ____ 211 MAA (Macroaggregated Albumin) KIT 10 vial kit $ ____ 220 DMSA (Succimer) KIT 5 vial kit $ ____ 224 MEBROFENIN KIT 10 vial kit $ ____ 226 ULTRATAG KIT 1 vial $ ____ 235 STABILIZED CERETE (Exametazime Injection) KI 5 vial kit $ ____ 755 Lexiscan 5ml syringe $ ____ 301 T1201 (Thallous Choride) UD per mCi syringe $ ____ 320 1123 (Sodium Iodide I-123 Capsule) 100uCi each $ ____ 325 1123 (Sodium Iodide I-123 Capsule) 200uCi each $ ____ 351 In111 INDICLOR" (Indium 111 Chloride)5mCi vial $ ____ 352 In111 DTPA (In111 Pentetate)1.5mCi vial $ ____ 353 In111 OXINE (Oxyqyuinoline) 1mCi vial $ ____ 355 In111 LABLED WBC per study per study $ ____ 375 In111 OCTREOSCAN" per study per study $ ____ 420 1131 DIAGNOSTIC CAPSULE 5-100uCi each $ ____ 430 1131 THERAPY CAPSULE 1-6mCi each $ ____ 430 1131 THERAPY CAPSULE each Addl mCi $ ____ 711 Xe133 (Xenon) Gas 10mCi vial $ ____ 712 Xe133 (Xebon) Gas 20mCi vial $ ____ 750 METASTRONSr89 Chloride 4mCi vial $ ____ 1011 ADENOSCAN 30ml vial $ ____ 1031 Aminophyllin Injection each vial $ ____ 1032 Dobutamine each vial $ ____ TOTAL: $____ The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (MAR 2009) ADDENDUM TO 52.212-4 (v) 52.212-4 GOVERNMENT HOLIDAYS The following Government Holidays are observed: New Years Day, January 1 Martin Luther King Jr.s Birthday, 3rd Monday in January Presidents Day, 3rd Monday in February Memorial Day, Last Monday in May Independence Day, July 4 Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 Note: Any of the above holidays falling on a Saturday will be observed on the preceding Friday; holidays falling on a Sunday will be observed on the following Monday. Incorporated By reference: 52.203-3 GRATUITIES (APR 1984) (Over SAT) (Non-personal services), 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995),52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) (Over SAT), 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) (Over SAT), 52.232-18 AVAILABLILITY OF FUNDS (APR1984) (NEXT FY);52.222-3 CONVICT LABOR (JUN 2003), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (AUG 2009) (Supply Buy), 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) (For OCONUS, Use ALTERNATE I) (AUG 2007), 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (Contractors supplies), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-36 PAYMENT BY THIRD PARTY (MAY 1999) (GPC), 52.233-3 PROTEST AFTER AWARD (AUG 1996), 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004), 52.242-13 BANKRUPTCY (JUL 1995) (Over SAT), 252.201-7000, 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009), 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009), 252.204-7003 LEVIES ON CONTRACT PAYMENTS (DEC 2006), 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009) (DEVIATION), END OF ADDENDUM TO 52.212-4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEC 2009) (DEVIATION) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUN 2008), ADDENDUM TO 52.212-1 Paragraph (b) is hereby replaced with the following: 1. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Price Technically Acceptable (LPTA). Provide the following to demonstrate Technically Capability: 1a. Technical Capablility: If providing an equal item(s), comply with FAR Clause 52.211-6 Brand Name or Equal. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contactors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of written capability statement with their offer. NOTE: The required Salient Characteristics are identified within each Line Item above. 1b. All Items must be priced or indicate as Not separately priced (NSP). 1c. The closing date and time of this solicitation is 2 July 2010, 11:00 A.M. Central Standard Time. Price quotes shall be submitted on company letterhead and signed by a company representative. Email quotes to Southern Regional Contracting Office (Provisional), at (210) 221-5359. 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: Roland Jasso, phone (210) 221-4964; e-mail: roland.jasso3@amedd.army.mil All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract Incorporated By Reference 52.211-6 BRAND NAME OR EQUAL (AUG 1999), 52.52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998), 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) (Over SAT), 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). END OF ADDENDUM TO 52.212-1 52.212-2 EVALUATION COMMERICAL ITEMS (JAN 1999) ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial proposal should contain the offerors best terms from a technical capability, and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. 1. Technical Capability: Technical Capability ratings reflect the Governments confidence in each offerors ability, as demonstrated in its written technical proposal, to provide the requirements stated in the Solicitation. To receive consideration for award; a rating of no less than Acceptable must be achieved in Technical capability. The following adjectival ratings will be used in evaluating each offerors written proposal: Acceptable To receive this rating, the written technical capability proposal shall provide details for the Government to determine that the offeror can satisfactorily meet the minimum Technical Capability Requirements of the solicitation, as requested at Instruction to Offerors-Commerical Items 52.212-1, section 1, - 1a, 1b, and 1c. Unacceptable An unacceptable rating will be assessed on any offeror that presents a written technical proposal that demonstrates any of the following: 1. Fails to provide or clearly address all the information requested at 52.212-1, Paragraph (b), Instruction to Offerors-Commerical Items. 2. Fails to provide sufficient details for the Government to determine whether the written Technical Proposal meets the Technical Capability requirements of the solicitation. 2. Price. 2a. Award will be on an all or none basis to the Lowest Price Technically Acceptable proposal. NOTE: Statements that the offeror understands, can or will comply with the statement of work, or statements paraphrasing the statement of work or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient. Insufficient explanation of how your company will comply with the above may cause your offer to receive a UNACCEPTABLE RATING. END Of ADDENDUM TO 52.212-2 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) Vendors shall include a completed copy of FAR provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002), with their offer. The provision can be downloaded by accessing the website [http://farsite.hill.af.mil/listed].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0152/listing.html)
 
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
 
Record
SN02186438-W 20100625/100623235458-be57830bfc69f5fc39c53a82fef69a32 (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.