Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

65 -- Radiopharmaceuticals: Hepatolite, Sulfur Colloid, Drax Dtpa, Pulmolite, Mebrofenin, CI5-Pyro. To be ordered as needed basis.

Notice Date
3/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-11-T-0118
 
Response Due
4/25/2011
 
Archive Date
6/24/2011
 
Point of Contact
Marisela Galarza, 915-569-1575
 
E-Mail Address
Western Regional Contracting Office
(marisela.galarza@us.army.mil)
 
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. 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; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 325412. Solicitation Number W91U0-11-T-0118. The solicitation is issued as a request for quotation (RFQ) for Radiopharmaceuticals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. Standard Industrial Classification (SIC) $25M. Federal Supply Class/Service (FSC/SVC) 6550. This acquisition is Set Aside: 100% SB. These Supplies are for William Beaumont Army Medical Center, Nuclear Medicine Department, 5005 N. Piedras, El Paso, TX 79920-5001. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. Base Period of 01 June 2011 through 30 September 2011 (plus 4 Option year periods - 01 October 2011 thru 30 September 2012); LINE ITEM 0001 (12 Box) - Hepatolite 30: Request for Quote. Radiopharmaceuticals (FDA Approved) to be ordered on an "as needed" basis for Nuclear Medicine Department at William Beaumont Army Medical Center, El Paso, TX 79920. Base Period of 01 June 2011 through 30 Septeber 2011. Direct delivery to WBAMC-Nuclear Medicine Service, Radiopharmacy, 12th Floor, Room 12006, 5005 N Piedras ST, El Paso, TX 79920-5001. (See Attachment 1 for Salient Characteristics). LINE ITEM 0002 (24 Box) - Sulfur Colloid. LINE ITEM 0003 (3 Box) - Drax-DTPA, 30. LINE ITEM 0004 (5 Box) - CIS-MDP, 30. LINE ITEM 0005 (24 Box) - Pulmolite. LINE ITEM 0006 (12 Box) - Mebrofenin, 30. LINE ITEM 0007 (5 Box) - CI5-Pyro. Provide all pricing for Base and option years ending in 30 September 2015. The full text of a FAR provision or clause may be accessed electronically at: www.farsite.hill.af.mil Clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation and the following clauses are included in the addendum: (u) Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. (v) The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.203-6 Restrictions on Subcontractor Sales to the Government Alt 1, 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (End of Addendum to 52.212-4). Clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation); Addendum to 52.212-5: 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era & Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era & Other Eligible Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-43 Fair Labor Standards Act and Service Contract Act- Price Adjustment, 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification, 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7008 Export-Controlled Items, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.216-7003 Economic Price Adjustment-Wage Rates or Material Prices Controlled by a Foreign Government, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 25 April 2011, 12:00pm Mountain Standard Time. Submit offers via fax to (915) 569-1575 or email to both Marisela.galarza@us.army.mil (Preferred). The following provisions will be included: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum, the following changes apply: (m) FAR 52.212-3 Complete and submit offeror Representations and Certificates with the proposal or submit electronically in ORCA. https://orca.bpn.gov/. (n) Return completed Company Quote to include all pricing on all line items (option years included). Solicitation can be in PDF or Word format. The proposal can be emailed (preferred) to Marisela.Galarza@us.army.mil or Faxed to 915-569-4736. Period of Acceptance of quotation: The offeror agrees to hold the prices in its quotation firm for 90 calendar days from the date specified for receipt of quotations. (o) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (Whenever the words "offer", "proposal" and "offerors", or similar terms are used in this solicitation, they shall be read to reflect that this solicitation is a Request for Quotation. 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.212-7000 Offeror Representations and Certifications-Commercial Items. 252.225-7000 Buy American Act- Balance of Payments Program Certificate. (End of Addendum 52.212-1). Provision at FAR 52.212-2 Evaluation-Commercial Items apply: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the Request for Quote/Solicitation and whose quote represents the best value to the Government using a lower price technically acceptable source selection process. Award will be made on the basis of the lowest evaluated price that meets or exceed the technical acceptability standards. Technical acceptability will be based on an offeror submitting a quotation that demonstrates the offeror's ability to comply with all of the requirements listed in the Request for Quote. Offerors must meet or exceed the following technical requirements to be considered for award. (1). Technically Acceptable: Offeror has demonstrated it has the ability to meet the technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary. (2). Technically Unacceptable: Offeror failed to demonstrate it has the ability to meet the technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. (b). Price. Pricing will be evaluated to determine value offered for the price and the extent to which it is fair and reasonable in terms of the government's requirement. The Government reserves the right to evaluate offeror's prices on the basis of price realism and will consider the offeror's price as an indication that they understand the scope and complexity of the Government's requirement. (c) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (d) The Government intends to evaluate quotes and award a contract without discussion. Therefore, each initial quote should contain the supplier's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (e) Once the Contracting Officer has decided to whom an order will be issued, a bilateral order requiring the quoter's signature will be issued. A contract will be in existence once both the quoter and the Contracting Officer has signed the order. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alt I. (Offerors must complete FAR 52.212-3 Offerors Representations and Certifications - Commercial items or do so on-line at http://orca.bpn.gov). ATTACHMENT 1: Salient Characteristics- LINE ITEM 0001 Hepatolite 30: Technetium 99mm cold kit indicated for hepatobiliary imaging - 30 vial kit per box. LINE ITEM 0002 Sulfur Colloid: Technetium 99mm cold kit indicated for imaging areas of functioning reticuloendothelial cells in the liver, spleen and bone marrow - 5 vial kit per box. LINE ITEM 0003 Drax-DTPA, 30: Technetium Tc 99m cold kit indicated to perform kidney imaging, brain imaging, and to assess renal perfusion - 30 vial kit per box. LINE ITEM 0004 CIS-MDP, 30: Technetium 99mm cold kit indicated for bone imaging - 30 vial kit per box. LINE ITEM 0005 Pulmolite: Technetium 99mm cold kit indicated for pulmonary perfusion - 30 vial kit per box. LINE ITEM 0006 Mebrofenin, 30: Technetium 99m cold kit indicated for hepatobiliary imaging - 30 vial kit per box. LINE ITEM 0007 CI5-Pyro: Technetium 99mm cold kit diagnostic agent for the detection of gastrointestinal bleeding and for gated blood pool studies- 30 vial kit per box.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-11-T-0118/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office- William Beaumont Contracting Cell ATTN: MCAA W BLDG 7115, 5005 N. Piedras St. El Paso TX
Zip Code: 79920-5001
 
Record
SN02407419-W 20110325/110323234412-cf7eefeb899650bb658d968879a48a78 (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.