Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
DOCUMENT

65 -- Long Term Radiopharmaceutical Isotopes - Attachment

Notice Date
4/2/2015
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q0330
 
Response Due
4/8/2015
 
Archive Date
6/7/2015
 
Point of Contact
ronnette.coffman@va.gov
 
E-Mail Address
Ronnette.Coffman@va.gov
(Ronnette.Coffman@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA247-15-Q-0330 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1 and FAR 13.5, and 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. (ii) The solicitation number is VA247-15-Q-0330 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-80, March 2, 2015. 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://acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a Total Small Business Set Aside. The North American Industry Classification System (NAICS) code is 325412, Pharmaceutical Preparation Manufacturing, and the size standard is 750 employees. (v) This requirement consists of the following EXACT MATCH quantities for 12 months. This requirement is for one base year and four option years. Vendors are therefore asked to submit a separate completed price list for each year (12 month performance period) in their response, and to include one TOTAL price at the end of pricing for Option Year Four.: ? Annual SCHEDULE/PRICE LIST Item EXACT MATCH*Estimated Quantity (Dose)Estimated Unit PriceEstimated Total Price Isotopes 123I MIBG12 Cardiolite ® LEU3 Sestamibi LEU3 Myoview (Tetrofosmin) LEU1560 Thallium 20124 Tc99M Unit Dose < 40 mCi LEU24 Tc99M bulk LEU360 Tc99M MAA LEU48 Tc99M DTPA LEU48 DTPA aerosol LEU48 Tc99M MDP LEU3 Tc99M HDP LEU600 Tc99M Mebrofenin (Choletec) LEU48 Tc99M Sulfur Colloid < 10 mCi LEU60 Tc99M Sulfur Colloid Filtered LEU72 Tc99M PYP Unit Dose LEU3 Tc99M MAG 3 ® Unit Dose LEU24 Tc99M DMSA Unit Dose LEU12 Tc99M Cerectec labled WBC study LEU12 Tc99M Cerectec brain Unit Dose LEU12 Tc99M Neurolite LEU12 Gallium 6712 I-123 diagnostic capsule120 I-123 diagnostic capsule3 I-131 therapy capsule, (1 mCi)12 I-131 therapy capsule, (each additional mCi)12 Xenon Gas 10 mCi3 Xenon Gas 20 mCi3 In-111 Octreoscan ®12 In-111 DTPA ®12 In-111 WBC study12 In-111 Procstascint ®3 Metastron - Sr.89, strontium chloride3 Quadramet - Sm-1533 FDG 720 AMYVID 60 PET-SODIUM FLUORIDE3 Item EXACT MATCH*Estimated Quantity (Dose)Estimated Unit PriceEstimated Total Price Non-Radioactive Products0 MAA24 DTPA24 HDP3 MDP3 Cholectec - mebrofenin12 PYP - Sn Pyrophosphate3 Ultratag12 Kinevac48 Hepatolite12 Lexiscan1200 Adenoscan (90 ml)3 Dipyridamole24 WBC Kit3 Annual TOTAL$$ *These items and quantities are to be considered as estimated only. Contractor is to invoice only for actual items delivered/received. (vii) The following is a detailed description of the requirements for this solicitation: ? RADIOPHARMACEUTICAL ITEMS FOR THE RALPH H. JOHNSON VA MEDICAL CENTER IN CHARLESTON, SC STATEMENT OF WORK DATED FEBRUARY 19, 2015 1.Vendor to provide radiopharmaceutical items and non-radio pharmaceutical items listed in the Schedule/Price List and in accordance with all terms, conditions, special provisions and schedules. Vendor should also provide sealed source services for the Medical Center when needed and required. Items are to be delivered to directly to the Nuclear Medicine (secured receiving area), room B203A or B206, Ralph H. Johnson Department of Veterans Affairs, VA Medical Center, 109 Bee Street, Charleston, SC 29401-5799. 2.The vendor agrees to perform these services with that standard of care, skill, and diligence normally provided by a professional organization in the performance of similar services. It is understood that the contractor must perform the services based, in part, on information furnished by this Medical Center; however, the vendor is given notice that the Medical Center will be relying on the accuracy, competence and completeness of the contractor's services in utilizing the results of such services. 3.Requests will be placed daily, if required, for next day delivery during normal working hours of 7:00 am - 5:00 pm Monday through Friday excluding Federal Holidays. There may be requests placed during other than normal working hours, possibly to be delivered quickly for an emergency. The vendor as required by this Medical Center must make these deliveries. All items are to be delivered to the Nuclear Medicine as specified above. 4.This Medical Center requires credit statements (itemized returned doses) and monthly invoices. Electronic daily dose tracking systems should be available for the Medical Center's use in certifying and tracking per patient doses delivered. 5.Copies of the Quality Control Information on the shipping certificate are to be sent DAILY to the Nuclear Medicine Section, Ralph H. Johnson VA Medical Center Charleston, South Carolina. 5. Record Keeping/Documentation: Accurate records must be kept for quality controls, all inventories of shipments, all radiation safety requirements, all radiopharmaceutical characteristics and patient identification. Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, National Health Physics Program, Food and Drug Administration, Occupational Safety and Health Administration, and all other agency rules and regulations (Federal and State). This information must be provided with every shipment. -----END OF SOW----- ? (vii) The estimated Performance Period is as follows: Base Year: 04-20-2015 through 04-19-2020. Option Year One: 04-20-2016 through 04-19-2017 Option Year Two: 04-20-2017 through 04-19-2018 Option Year Three: 04-20-2017 through 04-19-2019 Option Year Four: 04-20-2018 through 04-19-2020 Delivery FOB Destination to the Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation with the following addenda, VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single firm fixed price contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted technical offers (not including separate pricing information) shall not exceed 30 single-sided pages and any pages beyond this amount will be removed and not evaluated. Evaluation Criteria To be considered technically acceptable for award each offeror must provide the following EXACT MATCH items with their submitted quote/offer: 1. Technical Excellence and Management Capabilities: a. Offeror shall provide documentation that confirms the company is registered in the System for Award Management (SAM) located at https://www.sam.gov (including their Online Representations and Certifications) and does not have any Active Exclusions that would make them ineligible for award. b. Offeror shall provide 1 copy of the company's Business License and 1 copy of their Certificate of Insurance. c. Offeror shall provide a written description in sufficient detail to allow the Government to ascertain the Offerors capability to meet, in addition to the items listed in the cost/price schedule, the requirements indicated in the SOW/Delivery Instructions and should include at a minimum the following information: (1) Ability to meet the required delivery timeframes. Include a description of ability to respond to medical emergency requirement and include the minimum amount of time necessary to respond. (2) Ability to meet compliance and regulation requirements. (3) Quality control measures. (4) Ability to supply/delivery the items in the Schedule/Price list no later than April 19, 2015. d. If the offeror is not a manufacturer of a required item, the offeror must provide evidence they are an authorized distributor or reseller of the proposed items. 2. Offeror shall submit a completed price list that clearly indicates the unit price and total price for each line item identified in this solicitation. Any additional items that are offered but not identified in the solicitation will not be considered. Submit one price list for each year of the requirement; base year and four options for a total of five years. Include the total of all annual costs on the final pricing sheet. 3. Past Performance: All offerors must have at least three years of past performance performing the type of work described in the Statement of Work/Delivery Instructions. To be considered relevant and recent, the past performance must be of a similar size and scope of this requirement and must have been recent (within the past three years). Each offeror must provide a list of the points of contact, and phone numbers of at least three references (government preferred) for past performance. 4. Offeror must provide evidence that they have the ability to provide TC-99m from facilities that produce non-HEU (High Enriched Uranium) radioisotopes. Per Jan 3, 2014 Department of Veterans Affairs Memo included at the end of this solicitation, Contractors should show demonstrated ability to produce non-HEU (High Enriched Uranium) radioisotopes. (End of Evaluation Criteria) (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF FAR PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from https://acquisition.gov/far/; if not provided, the offer may not be considered for award. These pages will not be counted against the 30 page limitation of the submitted offer. Alternately, the offeror may submit a statement that their Reps and Certs are visible at SAM.GOV. (xii) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.233-72 Electronic Submission of Payment Requests. (xiii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-8, 52.219-28, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.225-1, 52.232-33, 52.222-41, 52.222-44. Additional Clauses and/or Provisions: 52.217-5 --Evaluation of Options --Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. --The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.217-8 -- Option to Extend Services. --The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- Option to Extend the Term of the Contract. -- (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. The Department of Labor Wage Determination applicable to this requirement is: WD 05-2473 (Rev 17) dated 12/22/2014. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor's determination of the appropriate classification. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) PROPOSALS/OFFERS ARE DUE on Wednesday, April 8th, 2015 at 10:00 am EDT. Only electronic offers (email) will be accepted. Submit proposal to Ronnette Coffman, NCO7 Contract Specialist at email ronnette.coffman@va.gov. All offers must include the solicitation number. Proposals/offers received after this date may not be considered for award. Please include the following information in your email subject line: "RADIOISOTOPES RHJVAMC VA247-15-Q-0330" QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than Friday April 3rd, 2015 at 12:30 pm EDT to Ronnette Coffman, NCO 7 Contract Specialist at e-mail Ronnette.coffman@va.gov. The solicitation number must be identified on all submitted questions and in the subject line of the email. No questions received after this date and time will be answered. (xvi) Contact information: Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 109 Bee Street Charleston, SC 29403-5799 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs Nuclear Medicine Department Room B203A or B206 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Ronnette Coffman, Contract Specialist Ronnette.coffman@va.gov Phone: 843-789-6379
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0330/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0330 VA247-15-Q-0330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958230&FileName=VA247-15-Q-0330-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958230&FileName=VA247-15-Q-0330-000.docx

 
File Name: VA247-15-Q-0330 Memo - Preferential Procurement of non-High Enriched Uranium-Derived Med..pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958231&FileName=VA247-15-Q-0330-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958231&FileName=VA247-15-Q-0330-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03688420-W 20150404/150403001023-7f42acb30bd8f14a8a0d7a956a5b9a95 (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.