Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
DOCUMENT

Q -- Supplies Radiopharmaceuticals - Attachment

Notice Date
10/20/2014
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;SAO West;Contracting Office (138C);11495 Turner Road;El Paso TX 79936-4221
 
ZIP Code
79936-4221
 
Solicitation Number
VA25814R0911
 
Response Due
10/23/2014
 
Archive Date
1/21/2015
 
Point of Contact
Christina Tayman
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA258-14-R-0911 and is being issued as request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 (Effective 08/25/2014). This acquisition is UNRESTRICTED and the associated NAICS code is 325412 and size standard is 750 employees. The Government anticipates awarding a firm-fixed contract. This RFQ closes on October 15, 2014 at 12:00 PM EST. Quotes must be received on or before the closing date and time of this RFQ. All responding vendors must be registered in SAM https://www.sam.gov/portal/public/SAM in order to receive an award. The Government is seeking Radiopharmaceutical services for the New Mexico VA Health Care System (NMVAHCS) in Albuquerque, New Mexico VA. The services shall be provided directly to the NMVAHCS Nuclear Medicine Department. This is in support of VA beneficiaries. This contract will include an option to purchase additional items in the coming fiscal year. Statement of Work I.Description of Radiopharmaceutical Services 1.Scope of Work Contractor shall provide Radiopharmaceutical services for the New Mexico VA Health Care System (NMVAHCS) in Albuquerque, New Mexico. Services shall be provided directly to the NMVAHCS Nuclear Medicine Department. Services shall be for the support of VA beneficiaries.. 2. Specific Tasks 2.1. The contractor agrees to provide unit doses, radiopharmaceutical kits, Tc99m Generators, and dose tracking hardware and software to the NMVAHCS as ordered and at the agreed price. Orders shall be placed each day (Monday thru Friday by 1600) for delivery the next business day (Monday thru Friday) by 0630. Additional orders may be placed daily for same day delivery at no additional delivery charge. 2.2. Contractor shall have an adequate supply of contract products available to meet the requirements of the NMVAHCS. 2.3. Contractor shall legibly label all supplies with the amount of radiopharmaceutical, quantity of radioactivity (mCi), preparation time, expiration time, date and initials of preparer (if any). 2.4. The Contractor shall furnish, maintain, and support a Nuclear Medicine Information System (NMIS) at no additional cost to the Government. The NMIS software provided shall be for the management of NMVAHCS patient doses, radiation safety, and quality control. If the Contractor system varies from the current NMIS information system, the Contractor shall provide data migration at no additional cost to the Government. 2.5. All packaging of radioactive material must be clearly labeled RADIOACTIVE on the outside of the shipping carton. 2.6. Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies and Joint Commission. 2.7. Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, FDA, OSHA and all other agency rules and regulations (Federal and State). 2.8. 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 (Authorized for return). f. Agreed upon credit amount for unused patient doses. 3.Qualifications 3.1. Contractor must be fully established in the business that is required 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. 3.2. Contractor must be licensed by the Nuclear Regulatory Commission and must provide copies of all licenses and certifications. 4.Holidays and On Call 4.1. In order to deliver appropriate health care to veterans, certain Nuclear Medicine exams are required to be provided outside of normal working hours on an "on call" basis. The contractor shall provide a 24/7 service to fill emergency orders. This service shall also include all Federal Holidays. 4.2. 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 5.Ordering 5.1. The NMVAHCS will provide the name(s) of individuals authorized to purchase against the Contract. Normally, orders shall be placed during the workday, and delivery shall be by 0630 the following workday to the NMVAHCS Nuclear Medicine Department. Due to the demands of the Medical Center patient care requirements, contractor shall provide routine delivery and pick-up as many times as required by the VASNHCS at no additional charge. In the event that the requirements may be determined in advance a longer delivery time may be scheduled accordingly. 5.2. The delivery order shall include the following information: contract item (s) and quantity, time (s) of delivery, and applicable VA order number. 5.3. Orders can be placed by the NMVAHCS via telephone, fax, or e-mail. 5.4. Emergency ordering procedures: Normal operating hours are 0600 to 1600 Monday thru Friday. All orders placed outside of these times will be considered as on call. 5.5. Persons authorized to place orders: NMVAHCS staff members identified in the final contract will be the only individuals authorized to place orders. 6.Delivery of Supplies 6.1.Delivery of supplies by the scheduled date will be complete except as otherwise authorized by the Ordering Personnel. The contractor shall not be charged with damages when the delay in delivery arises out of causes beyond the control and without the fault or negligence of the contractor. 6.2.Radiopharmaceuticals shall be delivered to: (The Hot Lab) located within the Nuclear Medicine Department NMVAHCS Bldg.41, Room 1B-162 1501 San Pedro Dr. Albuquerque, New Mexico. 87108 6.3 A copy of all invoices shall be provided to the Supervisor of Nuclear Medicine. ? B.4 Price/Cost Schedule Item Information Base Year: November 01, 2014 to October 31, 2015. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1F-18 FDG, a radioactive medicine. 1,320.00EA____________________________________ 2F-18 NaF, a radioactive medicine. 225.00EA____________________________________ 3133 Xenon, a radioactive medicine. 320.00VI____________________________________ 4Iodine-123 diagnostic capsules, a radioactive medicine. 100.00EA____________________________________ 599Tcm MAG3 unit dose, a radioactive medicine. 60.00EA____________________________________ 699Tcm Sulfur Colloid unit dose, a radioactive medicine. 280.00EA____________________________________ 7Iodine 131 therapy doses, a radioactive medicine. the unit of purchase is the mCi. Doses are patient specific and vary. 1,600.00EA____________________________________ 867 Gallium, a radioactive medicine. This unit dose is 10 mCi. 5.00EA____________________________________ 999Tcm bulk vial. The purchase unit is the mCi. Orders vary based upon the needs at the time. 1,015.00EA____________________________________ 1099Tcm MDP unit doses, a radioactive medicine. 80.00EA____________________________________ 11Biodose radiopharmacy computer lease. Hardware and specialized software.Monthly cost. 12.00MO____________________________________ 12Labels for radiopharmacy printer. 24.00BX____________________________________ 1399Tcm Choletec unit dose, a radioactive medicine. 10.00EA____________________________________ 1499Tcm Cardiolite unit doses, a radioactive medicine. 25.00EA____________________________________ 1599Tcm DMSA u nit doses, a radioactive medicine. 20.00EA____________________________________ 1699Tcm DTPA unit doses, a radioactive medicine. 10.00EA____________________________________ 17Iodine 123 MIBG unit dose, a radioactive medicine. 1.00EA____________________________________ 18Iodine 131 diagnostic capsules, a radioactive medicine. 11.00EA____________________________________ 19Indium 111 DTPA unit dose, a radioactive medicine. 1.00EA____________________________________ 2099Tcm MAA unit dose, a radioactive medicine. 53.00EA____________________________________ 21Thallium 201, a radioactive medicine. The unit of purchase is the mCi. 65.00EA____________________________________ 22Iodine 123 for whole body scanning. 5 Mci dose. 15.00EA____________________________________ 23Iodine-123 (200uCi) 5.00EA____________________________________ 24F-18 Amyvid. A radioactive medicine for imaging brains 1.00EA____________________________________ 25Pentatate vial to make radioactive medicine 120.00EA____________________________________ 26Mebrofenin vial to make radioactive medicines 120.00KT____________________________________ 27Medronate vial to make radioactive medicines 120.00KT____________________________________ 28Emergency after hours Pharmacist call-out fee 120.00KT____________________________________ 297.5Ci Tc99m Generator (molybdenum Mo99) 1.00KT____________________________________ GRAND TOTAL__________________ Item Information Option Period: October November 01, 2015 to October 31, 2016. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1F-18 FDG, a radioactive medicine. 1,320.00EA____________________________________ 2F-18 NaF, a radioactive medicine. 225.00EA____________________________________ 3133 Xenon, a radioactive medicine. 320.00VI____________________________________ 4Iodine-123 diagnostic capsules, a radioactive medicine. 100.00EA____________________________________ 599Tcm MAG3 unit dose, a radioactive medicine. 60.00EA____________________________________ 699Tcm Sulfur Colloid unit dose, a radioactive medicine. 280.00EA____________________________________ 7Iodine 131 therapy doses, a radioactive medicine. the unit of purchase is the mCi. Doses are patient specific and vary. 1,600.00EA____________________________________ 867 Gallium, a radioactive medicine. This unit dose is 10 mCi. 5.00EA____________________________________ 999Tcm bulk vial. The purchase unit is the mCi. Orders vary based upon the needs at the time. 1,015.00EA____________________________________ 1099Tcm MDP unit doses, a radioactive medicine. 80.00EA____________________________________ 11Biodose radiopharmacy computer lease. Hardware and specialized software. Monthly cost. 12.00MO____________________________________ 12Labels for radiopharmacy printer. 24.00BX____________________________________ 1399Tcm Choletec unit dose, a radioactive medicine. 10.00EA____________________________________ 1499Tcm Cardiolite unit doses, a radioactive medicine. 25.00EA____________________________________ 1599Tcm DMSA u nit doses, a radioactive medicine. 20.00EA____________________________________ 1699Tcm DTPA unit doses, a radioactive medicine. 10.00EA____________________________________ 17Iodine 123 MIBG unit dose, a radioactive medicine. 1.00EA____________________________________ 18Iodine 131 diagnostic capsules, a radioactive medicine. 11.00EA____________________________________ 19Indium 111 DTPA unit dose, a radioactive medicine. 1.00EA____________________________________ 2099Tcm MAA unit dose, a radioactive medicine. 53.00EA____________________________________ 21Thallium 201, a radioactive medicine. The unit of purchase is the mCi. 65.00EA____________________________________ 22Iodine 123 for whole body scanning. 5 Mci dose. 15.00EA____________________________________ 23Iodine-123 (200uCi) 5.00EA____________________________________ 24F-18 Amyvid. A radioactive medicine for imaging brains 1.00EA____________________________________ 25Pentatate vial to make radioactive medicine 120.00EA____________________________________ 26Mebrofenin vial to make radioactive medicines 120.00KT____________________________________ 27Medronate vial to make radioactive medicines 120.00KT____________________________________ 28Emergency after hours Pharmacist call-out fee 120.00KT____________________________________ 297.5Ci Tc99m Generator (molybdenum Mo99) 1.00KT____________________________________ GRAND TOTAL__________________ BASE TOTAL: ______________ OPTION TOTAL: ______________ GRAND TOTAL: ______________ Interested offerors: All questions must be in writing and submitted two calendar days prior to the closing date of the solicitation to enable the Buyer to respond. Questions not received within this timeframe may not be considered. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS; ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS- Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/index.asp (FAR CLAUSES) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.217-9 Option to Extend the Term of the Contract (MAR 2000). (VAAR CLAUSES) 852.203-70 Commercial Advertising (JAN 2008); 852.215-71 Evaluation Factor Commitments (DEC 2009); 852.232-72 (NOV 2012) Electronic Submission of Payment Requests; 852.246-71 Inspection (JAN 2008) (End of Addendum to 52.212-4). 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders(JUL 2014). (FAR PROVISIONS) 52.212-1 Instructions to Offerors-Commercial Items(APR 2014); (ADDENDUM TO 52.212-1) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998): http://www.acqusition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp 52.216-1 Type of Contract (APR 1984); 52.225-18 Place of Manufacture (SEPT 2006); 52.233-2 Service of Protest (SEPT 2006) (VAAR PROVISIONS) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71 Alternate Protest Procedure (JAN 1998); 852.273-74 Award Without Exchanges (JAN 2003) The provision at 52.212-2, Evaluation -- Commercial Items -Lowest Price Technically Acceptable. The factors are listed in descending order of importance. TECHNICAL ACCEPTABILITY AND PRICE. 1.Technical acceptability: Technical acceptability of the items offered to meet the Government's requirement. Offeror shall provide all items in the Price/Cost Schedule and be compatible with equipment listed. 2.Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. 52.212-2Addendum includes the following to paragraph (a): The Government will evaluate each quote strictly in accordance with its contents. A quote that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such quotes may be determined unacceptable. Award will be made to the lowest-price, technically-acceptable offeror. Award will be made to the offeror that presents the quote that possesses all of the following characteristics: (1) meets the acceptability standards, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror, and (5) has the lowest price of those offerors meeting the first four characteristics listed here. 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 offer shall contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. TECHNICAL EVALUATION STANDARDS: (1) Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. (2) Unacceptable - A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without a major rewrite or revision of the proposal. (End of 52.212-2 Addendum) FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. SUBCONTRACTING COMMITMENTS - MONITORING AND COMPLIANCE This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25814R0911/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-14-R-0911 VA258-14-R-0911_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1688228&FileName=VA258-14-R-0911-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1688228&FileName=VA258-14-R-0911-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Raymond G. Murphy VA Medical Center;1501 San Pedro SE;Albuquerque, NM
Zip Code: 87108
 
Record
SN03553723-W 20141022/141020233950-39bde8cf2c8940676905a19a80cb4ebe (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.