Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
DOCUMENT

66 -- RADIOPHARMACEUTICALS - Attachment

Notice Date
2/19/2015
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
VISN 2 NCO (2-90);DEPARTMENT OF VETERANS AFFAIRS;1304 BUCKLEY ROAD;SUITE C104;SYRACUSE NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52815R0118
 
Response Due
2/24/2015
 
Archive Date
4/25/2015
 
Point of Contact
Allison Dubin
 
E-Mail Address
25-4400
 
Small Business Set-Aside
Total Small Business
 
Description
The Buffalo VA Medical Center currently has a procurement request for radiopharmaceuticals. This 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. Interested parties that can respond to this Combined Synopsis/Solicitation must provide evidence that they have a potential to meet the requirements as identified herein. 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. STATEMENT OF WORK (SOW) Buffalo VA Medical Center, Buffalo, NY is contracting for a centrally located Nuclear Pharmacy to provide both diagnostic and therapeutic unit dose PET radiopharmaceuticals. Total contract period shall not exceed three years. Each option year exercised shall be funded by a separate delivery/task order for each separate facility and shall be contingent upon next FY funding. Dates are dependent upon award date: PART I: Base Year: March 1, 2015 through February 29, 2016 PART II: 1st Option Year: March 1, 2016 through February 28, 2017 PART III: 2nd Option Year: March 1, 2017 through February 28, 2018 SUPPLIES OR SERVICES Contractor to provide Radiopharmaceutical Isotopes to the Nuclear Medicine/PET Department at the Buffalo VAMC, Buffalo, NY for PET oncology, cardiac, and research studies. A. UNIT DOSE ITEMS These items are to be provided on a unit dose basis, or otherwise specified, pre-drawn into a syringe, calibrated and delivered to the VA Nuclear Medicine PET/CT Department. This will include new, enhanced, upgraded or other radiopharmacueticals not listed or available at time of contract award. B. DESCRIPTION/SPECIFICATIONS Contractor shall furnish and deliver radiopharmaceutical supplies as LISTED HEREIN TO THE: Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 Contractor will deliver all orders by 8:00 AM Mon - Fri. Contractor must be licensed by the Nuclear Regulatory Commission and be regularly established to have been in the business of providing radiopharmaceuticals for at least three (3) years. Offeror must provide copies of licenses and certifications along with Offer to the Contracting Officer prior to award, and annually, thereafter. C. DELIVERY ORDERS All orders shall be placed during the previous workday with delivery to be made by 8:00 am (calibration time) the following workday. Friday's orders will be delivered Monday AM. Due to the demands of the Medical Center patient care requirements, there shall be no restriction to the number of orders which may be placed by the VA. The delivery order shall specify: contract item(s) and quantity, time(s) of delivery and applicable VA order number. Orders can be placed orally by telephone and/or fax transmission. Contractor shall routinely provide one (1) delivery per day free of charge. (F.O.B Destination). D. DELIVERY LOCATION Deliveries will be made to: VA Western NY Health System Attn: PET Department Hot Lab, Room 143 3495 Bailey Avenue Buffalo, NY 14215 Access to this room during non-business hours shall be obtained by contacting VA Police Service or a key shall be provided by the Contracting Officer's Representative (COR). E. PERSON'S AUTHORIZED TO PLACE ORDERS Individuals whom the Contracting Officer has appointed as Ordering Officers Representatives. F. SOLICITATION The solicitation adheres to the format defined in FAR 12, FAR 13.5 and FAR 15.3 G. ABBREVIATIONS 18F - FDG (Fluorodeoxyglucose) 18F-NaF (sodium Fluoride) H. NATIONAL HOLIDAYS Nuclear Medicine/PET is not open on National Holidays Federal Holidays consist of: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day I. INSTRUCTION TO OFFERORS Vendor must be registered with the sam.gov to further qualify for this contract. The offeror's quote shall, at a minimum, address each of the factors and additional documents listed in this RFP. During evaluations of each quote, the Government will assess each area of the Technical Quote to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical quote based on the evaluation criteria described in the Evaluation Section below, as well as those requirements listed in the SOW. The Government will infer from the offeror's responses to these specified evaluation criteria the offeror's capability to perform to the requirements of the entire SOW. OFFER SUBMISSION REQUIREMENTS: Under no circumstances shall any pricing be included in the Technical Quotes. Offeror will submit three separate quote packages; technical, price, and additional documents that will not be evaluated for technical competency, but are required by the offer due date. All three packages will be submitted to in one (1) electronic copy to allison.dubin2@va.gov. Offers shall be submitted in accordance with the structure and format stipulated both here and elsewhere in this section. CD and faxed quotes are not allowed. Technical/Price/Additional Document packages shall contain cover sheets labeled with the Solicitation Number, Title, Location, Offeror Organization, Address, Point of Contact, Phone Number, Fax Number, and Email Address. CONTENT OF QUOTE PACKAGES: 1. The technical package will consist of the following: Factor 1: Technical Approach/Capability Subfactor 1: Vendor must include a copy of their Nuclear Pharmacy License Subfactor 2: Vendor must show ability to deliver products Monday through Friday by 8:00 AM. Vendor must provide a MapQuest illustration showing their ability to deliver. Subfactor 3: Vendor must provide an emergency plan procedure for deliveries in inclement weather. Factor 2: Past Performance The offeror shall provide 3 references which can validate past experience within the last 3 years. References shall include the following minimum information: a.Agency/Institution Name b.Point of Contact c.POC phone number and e-mail address d.Duration of contract (or start date if performance is ongoing) Please note: A. The Government may conduct reference checks on contracts not submitted by the vendor but which the Government has previous knowledge of or becomes aware of during the course of the evaluation. The Government may also review past performance found in the Past Performance Information Retrieval System or any other Government contractor performance system available. B. The Government will give the vendor an opportunity to respond to adverse past performance information obtained from the reference checks. Factor 3: Socioeconomic Status giving Preference to SDVOSBs/VOSBs In an effort to attain socioeconomic small business goals, offers shall be evaluated on their service-disabled veteran-owned or veteran-owned small business status as well as their proposed use of eligible service-disabled veteran owned or veteran owned small businesses as subcontractors and their past performance in meeting SDVOSB subcontracting goals. To receive credit, an offeror or subcontractor must be registered and verified in the VIP database at http://www.vetbiz.gov. VAAR 852.215-70 2. The price package shall include: Factor 4: Price Please submit a separate spreadsheet listing the quantity, unit price and extended amount for each radiopharmaceutical listed below for the period of performance. Offerors must provide pricing for normal (one day) deliveries for each PET radiopharmaceutical identified in the statement of work. Please Note: Offerers must bid on ALL items in the Schedule Base Year (March 1, 2015 to February 29, 2016) ClinProduct nameUnit of MeasureEstimated Annual UsageUnit PriceTotal Price 001FDG10-15rnCi per Dose850 002F18 or equivalent10mCi/dose50 Estimated total price of Base Year:__________________________________________ Option Year 1 (March 1, 2016 to February 28, 2017) ClinProduct nameUnit of MeasureEstimated Annual UsageUnit PriceTotal Price 003FDG10-15rnCi per Dose850 004F18 or equivalent10mCi/dose50 Estimated total price of Option Year 1:______________________________________ Option Year 2 (March 1, 2017 to February 28, 2018) ClinProduct nameUnit of MeasureEstimated Annual UsageUnit PriceTotal Price 005FDG10-15rnCi per Dose850 006F18 or equivalent10mCi/dose50 Estimated total price of Option Year 2:______________________________________ Total estimate: _______________________________ 3. Additional documents package shall include: a.Completed Reps and Certs if offeror does not list the NAICS code on their annual ORCA submission. b.Signed Standard Form 1449, and acknowledgment of all amendments. c.A copy of current, applicable FSS contract and modifications. ? E.2 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a)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, in descending order of importance: Factor 1: Technical Approach/Capability Subfactor 1: Vendor must include a copy of their Nuclear Pharmacy License Subfactor 2: Vendor must show ability to deliver products Monday through Friday by 8:00 AM. Vendor must provide a MapQuest illustration showing their ability to deliver. Subfactor 3: Vendor must provide an emergency plan procedure for deliveries in inclement weather. Factor 2: Past Performance Factor 3: Socioeconomic Status giving Preference to SDVOSBs/VOSBs Factor 4: Price Analyzer Technical Approach/Capability, Past Performance, and Socioeconomic Status giving Preference to SDVOSBs/VOSBs when combined, are [significantly] more important than price. (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. (End of Provision) 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.Company name, phone number and fax number 3.Company point of contact name, email address and phone number 4.Company Mailing address and Remit to address, if different than mailing address 5.Acknowledgment of Solicitation Amendments 6.Offeror's Federal Tax ID Number; 7.Offeror's DUNS number 8.Business size Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) 9.Offeror must provide copies of licenses and certifications 10.A detailed statement regarding technical capabilities and qualifications, and any additional supporting literature. All interested parties shall respond to allison.dubin2@va.gov by 5:00 PM EST Tuesday February 24, 2015. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information can be emailed to the Contracting Specialist. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Under Statutory Authority 41 U.S.C. 253 (1) the Buffalo VA Medical Center anticipates entering into a procurement for PET radiopharmaceuticals. (ii) The reference/solicitation number is VA528-15-R-0118 and the solicitation is issued as a request for proprosal (RFP). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 325412 (size standard of 750 employees) applies to this solicitation. (v) This requirement consists of radiopharmaceuticals (vi) Period of performance is March 1, 2015 - February 28, 2018 (vii) Delivery of radiopharmaceuticals will be to the Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215. (viii) The following solicitation provisions/contract clauses apply: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) FAR 52.212-3, Offeror Representations and Certification, Commercial Items (Aug 2013). Offerors must include a completed copy of the provision with its offer or fill out online representations and certifications at 52.212-1 Instructions to Offerors-Commercial Items. FAR 52-212-4, Contract Terms and Conditions - Commercial Items (Jul 2013). FAR 52.212-5, Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2013). For the purposes of this clauses, items (b), 1, 4, 6, 7 14, 23, 26, 27, 28, 29, 30, 31,32, 33, 38, 39, 41, 42, and 48 are considered checed and apply. FAR 52.219-6, Small Business Set Aside 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/ and http://farsite.hill.af.mil/vffara.htm respectively. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). For the purpose of this provision, the fill-in's are http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/vffara.htm respectively. FAR 52.223-3, Hazardous Material Identification and Material Safety Data - Alternate I (Jan 1997). FAR 52.232-18, Availability of Funds 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) VAAR 852.216-70, Estimated quantities (Apr 1984) RESPONSES ARE DUE Tuesday, February 24, 2014, by 5:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to allison.dubin2@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to allison.dubin2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815R0118/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-R-0118 VA528-15-R-0118_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1872786&FileName=VA528-15-R-0118-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1872786&FileName=VA528-15-R-0118-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03646820-W 20150221/150219235855-3710f43644065e25560a498ebcf7d238 (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.