DOCUMENT
65 -- Radiopharmaceuticals - Attachment
- Notice Date
- 10/30/2014
- Notice Type
- Attachment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
- ZIP Code
- 32601-3460
- Solicitation Number
- VA24815N0155
- Response Due
- 10/31/2014
- Archive Date
- 12/30/2014
- Point of Contact
- VICTOR J MERCADO
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- STATEMENT OF WORK General Radiopharmaceutical Contract 1.The contractor shall provide radiopharmaceuticals products and delivery services and other products listed to supply the Nuclear Medicine Departments at the Department of Veterans Affairs, VISN 8, North Florida/South Georgia VHS, Malcom Randall VA Medical Center, 1601 SW Archer Road Gainesville, Florida 32608, and the Lake City VA Medical Center, 619 S. Marion Ave. Lake City, Florida 32025. Radiopharmaceuticals delivered in unit doses in accordance with terms, conditions, pricing in contract and patient requirements. COR for this order is Tom Harrington. 2.Delivery: The contractor shall deliver within two (2) hours or less from the time the order is received. The contractor shall label all supplies as to the amount of radiopharmaceutical, preparation time, expiration time, date and provide a bar code label to facilitate scanning data into a Nuclear Medicine information management system. 3.All routine orders for Radiopharmaceutical doses will be placed to the contractor the day prior before the clinic close of business via phone. The order will include specified activities of doses and calibration times. The contractor will deliver the ordered Radiopharmaceutical doses to the Nuclear Medicine Departments in the two facilities. 4.Contractor will be FDA approved and have a large production capacity capable of handling the VA Nuclear Medicine Department's high volume to minimize negative impact on patient care. 5.The contractor for the VA radiopharmaceuticals must be able to produce medical grade radioisotopes from preferentially procured non-Highly Enriched Uranium-235 (non-HEU) sources. A request has been made to VHA by the Interagency Policy Committee of the White House to preferentially procure Technetium-99m (Tc-99m), the primary radioisotope used in medical diagnosis, produced from non-HEU sources. The reason for this request is that transportation and storage of HEU by radioisotope vendors may be a security and nuclear proliferation risk. Also, the enactment in January 2013 of the American Medical Isotopes Production Act of 2011 supports creation of domestic production with the goal of reducing U.S. dependence on foreign sources of medical radioisotopes. 6.The contractor will calibrate all Radiopharmaceutical doses to ensure proper activity ranges of +/- 10 percent of the specified ordered dose based on specific requirements provided by Nuclear Medicine Clinic based on guidelines outlined in 10 CFR Part 35. 7.The contractor shall provide a daily invoice accompanying all Radiopharmaceutical shipments to the Nuclear Medicine Clinic for all orders placed. 8.Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. And will ensure that all Radiopharmaceutical doses provided are compounded and calibrated by or under the supervision of a certified Nuclear Medicine Pharmacist. 9.The contractor shall provide courier service that is in accordance with Department of Transportation, Nuclear Regulatory Commission and other applicable regulating authorities enabling the delivery of all Radiopharmaceuticals. All packaging of radioactive materials shall be clearly labeled RADIOACTIVE on the outside of the shipping carton. The contractor shall be responsible for the removal of all used and unused radiopharmaceutical doses from the clinic within 72 hours of delivery. 10.The contractor shall notify the Nuclear Medicine Departments in the Malcom Randall VA Medical Center and the Lake City VA Medical Center immediately should the inability arise to provide Radiopharmaceutical doses. 11.Technical Proposal Instructions: Offerors are required to provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements of the Statement of Work. 12.Ordering: After award, the successful offeror will be furnished the name(s) of individuals authorized to purchase against this Contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24815N0155/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-N-0155 VA248-15-N-0155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1705521&FileName=VA248-15-N-0155-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1705521&FileName=VA248-15-N-0155-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-N-0155 VA248-15-N-0155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1705521&FileName=VA248-15-N-0155-000.docx)
- Place of Performance
- Address: MALCOM RANDALL VA MEDICAL CENTER;LAKE CITY VA MEDICAL CENTER
- Zip Code: 32608
- Zip Code: 32608
- Record
- SN03562440-W 20141101/141031000730-b206ca3c41c1e92373f53fa13b95fc07 (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 |