Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

65 -- RadioPharmacuetical

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-15-T-0341
 
Archive Date
10/7/2015
 
Point of Contact
Jojie N. Urrete, Phone: 6195328084
 
E-Mail Address
jojie.n.urrete.civ@mail.mil
(jojie.n.urrete.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, which the Naval Medical Center San Diego intends to solicit as 100% small business set-aside. Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-15-T-0341. The closing date is September 22, 2015@ 10:00 AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; http://acquisition.gov/FAR. The MTF/Musculoskeletal Transplant Foundation, Inc. (NAICS) Code for this acquisition is 325412; Size: 750 Naval Medical Center San Diego requests responses from qualified sources capable of providing the items POP: 1 Oct 2015 - 31 Mar 2016. CLIN 0001 Thallous Chloride per mCi TI-201 QTY: 20 Unit of Issue: EA, Price: ___________ CLIN 0002 Gallium Citrate per mCi QTY: 10 Unit of Issue: EA, Price: ___________ CLIN 0003 Sodium Iodide Capsules 200 microCuries 1-123 QTY: 60 Unit of Issue: EA, Price: ___________ CLIN 0004 Iobenguane Sulfate up to 10 mCi 1-123 MIBG QTY: 5 Unit of Issue: EA, Price: ___________ CLIN 0005 White Blood Cell WBC Study In-111 QTY: 20 Unit of Issue: EA, Price: ___________ CLIN 0006 Heparin/Hespan Blood Kit 20 EA QTY: 20 Unit of Issue: EA, Price: ___________ CLIN 0007 In-111 Octreoscan Pentetreotide QTY: 10 Unit of Issue: EA, Price: ___________ CLIN 0008 I-131 Compounded Therapy Capsule 1mCi QTY: 50 Unit of Issue: EA, Price: ___________ CLIN 0009 I-131 Compounded Therapy Capsule mCi QTY: 2200 Unit of Issue: EA, Price: ___________ CLIN 0010 Tc99m Ceretec WBC Study QTY: 2 Unit of Issue: EA, Price: ___________ CLIN 0011 Shipping QTY: 1 Unit of Issue: LT, Price: ___________ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010) 52.209-6 Protecting the Government's Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-50 Combatting in persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) RAPID GATE: NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the fair and reasonable to the Government, price and other factors considered. The following factors are to be used to evaluate offers: 1.) Technical Capability 2.) Delivery 3.) Price. Technical capability and delivery, when combined are more important than price. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Jojie Urrete on or before 10:00 PM PST on September 22, 2015. Email: jojie.urrete@med.navy.mil. Please address all questions via e-mail and the deadline for all questions is September 18, 2015 @ 1500 PM PST. Questions received after this date will not be considered. `
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0341/listing.html)
 
Record
SN03892052-W 20150919/150918000532-27d46a94029c287ae1e9d43e6ba4e164 (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.