DOCUMENT
65 -- Radiopharmaceuticals - Palo Alto - Attachment
- Notice Date
- 8/30/2013
- Notice Type
- Attachment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26113Q1829
- Response Due
- 9/13/2013
- Archive Date
- 11/12/2013
- Point of Contact
- Teena Glasper
- E-Mail Address
-
3-4517<br
- Small Business Set-Aside
- N/A
- Description
- Synopsis This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to the date listed in FBO will be considered by the Government. The NAICS code is 325412 and the size standard is 750 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. Only emailed requests received directly from the requester are acceptable. Offers are due electronically to gary.basile@va.gov no later than the date listed on FBO. Only electronic offers will be considered. All questions concerning this solicitation must be received by September 13, 2013, 10AM PST. ? Section B: Price/Cost Schedule Please submit a separate spreadsheet listing the quantity, unit price and extended amount for each radiopharmaceutical listed in the statement of work. Offerors must provide pricing for normal and expedited orders for each radiopharmaceutical identified in the statement of work. Item No.DescriptionTotal Cost 1.Radiopharmaceuticals used for clinical nuclear medicine imaging and therapies. (See Attached Statement of Work) Period of Performance: Base Year: October 1, 2013 - September 30, 2014. Grand Total (Base Year)$ B.2 DELIVERY SCHEDULE ITEM NUMBERQUANTITYDATE OF DELIVERY ALLALL5 DAYS ARO DELIVER TO: Bldg. 100, Rm. E1-340 - Nuclear Medicine Department VA Palo Alto Health Care System - VAPAHCS 3801 Miranda Ave. Palo Alto, CA 94304 EVALUATION FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). Offerors will be evaluated to the extent they can provide radiopharmaceuticals that meet the specifications listed in the attached Statement of Work. The Government intends to make one (1) award from this RFQ. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Past Performance: Offerors are required to demonstrate recent (within the last three years), successful performance under 3 contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. The proposal shall include: a. Government Agency/Company which awarded contract to offeror b. Contract Number c. Description of Contract Scope d. Total Dollar Value e. Performance Period f. Place of Performance g. Contracting Officer/Procurement Official 1. Name 2. Email 3. Phone Number 4. Address Offeror Past Performance - The offeror's response to this factor will be evaluated as to its relevance and similarity to work under this project. The Government may contact the offeror's references for information and may review performance ratings on file for prior Government projects the offeror may have performed. Past performance information obtained from sources other than those identified by the offeror may be used. All relevant facts and circumstances gathered from information from the offeror's listed references and other sources of information available to the Government (e.g., National Institutes of Health [NIH] Contractor Performance System [CPS] and Past Performance Information Retrieval System [PPIRS]) will be used to evaluate the offeror's overall past performance and quality of performance. If an offeror has not had a chance to comment on negative past performance evaluations obtained by the Technical Evaluation Board (TEB) the offeror may be given a chance during "exchanges" (clarifications, communications, or discussions) after receipt of proposals (FAR 15.306). If discussions are required, and past performance issues remain, these issues will be addressed during discussions. Offerors who do not have relevant past performance will receive a neutral rating (neither favorable nor unfavorable). Factor 2 - Cost/Price Aggregate price shall also be evaluated for this acquisition. Award shall be made using the Lowest Price, Technically Acceptable (LPTA) source selection process. The Government reserves the right to designate a competitive range, if necessary. The decision to designate a competitive range will be made solely by the Government. (b) Options. The Government will evaluate offers 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 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. (d) The Contracting Officer will evaluate proposals on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. INSTRUCTIONS TO OFFERORS As a minimum, offers must include- 1. Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov. 2. Contact information, Name, Phone Number, Fax Number and email address 3. Mailing address and Remit to address, if different than mailing address 4. Acknowledgment of Solicitation Amendments 5. Offeror's Federal Tax ID Number; 6. Offeror's DUNS number 7. Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) 8. Offeror must provide copies of licenses and certifications SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.212-1 Instructions to Offerors - Commercial Items (Jul 2013). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2013): Offerors must include a completed copy of the provision with its offer or fill out online representations and certifications at https://www.sam.gov FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (July 2013). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2013) For the purposes of this clause items (b) 1,4,6,7,14,23,26,27,28,29,30,31,32,33,38,39,41,42, and 48 are considered checked and apply. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (Jul 2013) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are http://farsite.hill.af.mil/farsites.html and http://farsite.hill.af.mil/vfvara.HTM respectively. FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998); for the purpose of this clause, the fill-in's are http://farsite.hill.af.mil/farsites.html and http://farsite.hill.af.mil/vfvara.HTM respectively. FAR 52.223-3 Hazardous Material Identification and Material Safety Data-Alternate I (Jan 1997) FAR 52.223-7 Notice of Radioactive Materials (Jan 1997) For the purpose of this clause, the fill-in is "7 Days." FAR 52.232-18 Availability of Funds (Apr 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) (a) 811.107(a) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) Attachment 1: Statement of Work STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Statement of Work - Non-PET Radiopharmaceutical Supplies 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work, except as may otherwise be specified. 3. Background: Radiopharmaceuticals are used as a diagnostic tool in the evaluation of organ function and certain disease processes. They are also used in the treatment of certain conditions including but not limited to Hyperthyroidism (Grave's disease), Thyroid cancer, and palliation of bone pain due to metastatic prostate cancer. 4. Performance Period: For time period covering FY 2014 (Oct 1, 2013 through Sept 30, 2014) Normal working hours for the Nuclear Medicine Service at VAPAHCS are Monday through Friday, 7:30 a.m. through 5:00 p.m. Services may be required after normal operating hours during the week and on weekends and holidays for emergency patient care. See Section F for list of observed Federal Holidays. B. GENERAL REQUIREMENTS Anticipated Supplies required based on previous 12 month's usage NAME QUANTITY Ga-67 (Gallium Citrate) UD (~6 mCi per UD)1 I-123 (Sodium Iodide I-123 Capsule) per 200 uCi74 I-123 Iobenguane Sulfate; I-123 MIBG (Adreview) UD5 I-131 (Sodium Iodide Compounded Capsules) first 1 mCi3 I-131 (Sodium Iodide Compounded Capsules) per ~10-15 mCi capsule: per 1 mCi after first mCi2 I-131 (Sodium Iodide Compounded Capsules) per ~30 mCi capsule: per 1 mCi after first mCi2 I-131 (Sodium Iodide Compounded Capsules) per ~100-300 mCi capsule: per 1 mCi after first mCi1 In-111 Oxine per 1.0 mCi vial1 In-111 Pentetreotide (Octreoscan ®) UD 24 In-111 DTPA (Pentetate) per 1.5 mCi vial 3 Tc99m DMSA (dimercaptosuccinic acid) UD per 1-5 mCi dose/vial1 Tc99m DTPA ~50 mCi Pulmonary [for aerosol] UD75 Tc99m MAA (Macroaggregated Albumin) UD75 Tc99m MDP (Medronate) UD 333 Tc99m Mebrofenin (Choletec) UD15 NAME QUANTITY Tc99m Mertiatide (MAG3) UD 481 Tc99m NaTc04 QC-Activity, 3 mCi syringe55 TC99m NaTc04 UD; syringe (20 mCi per UD)5 TC99m NaTc04 QC-Activity as needed, per 3 mCi VIAL21 TC99m NaTc04 QC-Activity as needed, per 30 mCi VIAL6 TC99m NaTc04 QC-Activity as needed, per 300 mCi VIAL 4 Tc99m Sestamibi-Generic UD29 Tc99m Tetrofosmin (Myoview) UD 3546 Tc99m Sulfur Colloid Filtered UD (~0.5-1 mCi per UD)14 Tc99m Sulfur Colloid UD (~1 mCi per UD)124 Tc99m Sulfur Colloid UD (~6-10 mCi per UD)0 Sn-PYP (Pyrophosphate) VIAL for Red Blood Cells250 Labeled WBC (autologous leukocytes) In-111 Chloride (Tropolone) UD20 Labeled WBC (autologous leukocytes) Tc99m Ceretec (Exametazime aka HMPAO) UD6 The contractor agrees to provide prepared single unit doses of radiopharmaceuticals and associated materials to VAPAHCS as ordered and at the agreed upon price. Orders shall be placed each day (Monday through Friday by 4:30PM) for delivery the next business day (Monday through Friday). Due to the demands of the Medical Center patient care requirements, contractor shall provide 2 routine deliveries at no charge. For additional orders placed during normal business hours for same day delivery, deliveries must arrive within 60 minutes of order placement. Additional orders placed after normal business hours for same day delivery must arrive within 120 minutes of order placement. In the event that the requirements may be determined in advance, a longer delivery time may be scheduled accordingly. Proposals will be considered only from Offerors who are regularly established in the business that is called for, and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of the reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES 1.Contractor must be licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing radiopharmaceuticals. Offeror must provide copies of licenses and certifications along with quote to the Contracting Officer. 2.Contractor shall have available an adequate supply of contract products to meet the requirements of the VAPAHCS at its distribution points. 3.Contractor shall label all supplies as to the amount of radiopharmaceutical, preparation time, expiration time, date, etc. compliant with nuclear medicine information system. 4.All packaging of radioactive material MUST BE clearly labeled RADIOACTIVE on the outside of the shipping carton. 5.Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies and Joint Commission. 6.Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, FDA, OSHA and all other agency rules and regulations (Federal and State). 7.Contractor shall accept returns for credit under the following conditions: a. Product(s) ordered or shipped in error. b. Product(s) damaged in shipment c.Concealed shipping damages d.Recalled product(s) e.Outdated products in unopened, original container (specifically authorized for return by manufacturer). E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES N/A F. SCHEDULE FOR DELIVERABLES Orders can be placed by the VAPAHCS via telephone, fax, or e-mail. Routine deliveries shal be delivered Monday through Friday. First routine delivery should arrive at VAPAHCS no later than 6:45 a.m. Second routine delivery should arrive no later than 10:30 a.m. For additional orders placed during normal business hours for same day delivery, deliveries must arrive within 60 minutes of order placement. Additional orders placed after normal business hours for same day delivery must arrive within 120 minutes of order placement. In the event that the requirements may be determined in advance, a longer delivery time may be scheduled accordingly. The following Federal Holidays are observed: New Year's Day Birthday of Martin Luther King, Jr.(day of observance) Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Delivery of supplies by the scheduled date will be complete except as otherwise authorized by the Ordering Personnel. Radiopharmaceuticals shall be delivered to: Bldg 100, Rm E1-340 located within the Nuclear Medicine Department VAPAHCS 3801 Miranda Ave. Palo Alto, CA 94304 If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to notify the VAPAHCS Nuclear Medicine Service by phone or in writing as soon as is feasible. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS N/A I. TRAVEL N/A J. GOVERNMENT RESPONSIBILITIES The Nuclear Medicine Service of the VAPAHCS shall ensure that: "The specification of the Product (radiopharmaceutical) is safe for the intended use "The products are handled in a safe manner, and "Any waste originating from the Products is disposed of in accordance with any relevant regulations. K. CONTRACTOR EXPERIENCE REQUIREMENTS N/A L. CONFIDENTIALITY AND NONDISCLOSURE N/A M.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The C&A requirements do not apply. A Security Accreditation Package is not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26113Q1829/listing.html)
- Document(s)
- Attachment
- File Name: VA261-13-Q-1829 VA261-13-Q-1829.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=982185&FileName=VA261-13-Q-1829-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=982185&FileName=VA261-13-Q-1829-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-13-Q-1829 VA261-13-Q-1829.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=982185&FileName=VA261-13-Q-1829-000.docx)
- Record
- SN03169606-W 20130901/130830234736-3c3d7ecb5c6c07bab615d8ebc24d769e (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 |