DOCUMENT
65 -- Cincinnati Radiopharmaceuticals - Attachment
- Notice Date
- 3/8/2017
- Notice Type
- Attachment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- VA25017N0344
- Response Due
- 3/20/2017
- Archive Date
- 4/19/2017
- Point of Contact
- Myron Carson
- E-Mail Address
-
k
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT notice. Please note that this is not a request for proposal (RFP) or bids, and the government is seeking information for market research purposes only. No solicitation document is available. The Department of Veterans Affairs, Network Contracting Office (NCO) 10 is issuing this Sources Sought to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below. The response to this notice shall be in summary format, and shall not exceed two (2) pages. Please include the following: Company name, Dunn & Bradstreet (DUNS) number, Social economic category (small business, SDVOSB, 8(a) etc.), Address, Point of contact, Telephone number, and Email address. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided, and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside or sole source award, or any other guarantee of award or acquisition strategy. STATEMENT OF WORK (SOW) The Cincinnati VA Medical Center (VAMC), Cincinnati OH has a requirement for Radiopharmaceutical Isotopes for patient care. The Contractor is to provide Radiopharmaceutical products as listed herein, as requested by authorized VA Staff, in accordance with Public Law 104-262 and 38 USC 8153 in order to support the VAMC, Cincinnati OH. DELIVERIES: Deliveries to Cincinnati VAMC shall be made to: Cincinnati VAMC Nuclear Medicine Service 3200 Vine Street Cincinnati, OH, 45220 Contractor shall provide routine delivery and pick-up of items during the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding federal holidays. Orders can be placed via telephone, fax or email by staff nuclear medicine technologists or physicians assigned to the Nuclear Medicine Service at the VAMC. All routine deliveries of radiopharmaceuticals, ordered by 4:30 p.m. the previous day, shall be at the VA facility by at least 0.5 hours before the requested calibration time the next business day. Emergency and additional request orders may be made and shall be delivered within one (1) hour of placement of the order, 24 hours a day, 7 days a week. Pre-calibrated doses should not expire within 4 hours of calibration time requested by the Nuclear Medicine Service. Pre-calibrated doses of F-18 and F-18 compounded doses shall not expire within 2 hours of the calibration time. Stat Orders (emergency doses ordered during normal business hours: 8:00 a.m. 4:30 p.m.) shall be delivered within one (1) hour of placement of the order. The 10 Federal Holidays observed by the Federal Government are: New Year s Day January 1 Martin Luther King s Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25th The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. All products provided under this contract shall meet all requirements of the Nuclear Regulatory Commission (NRC). All products provided under this contract shall be packaged, and shipped in accordance with the requirements of the NRC, and Department of Transportation (DOT). All products returned will also be packaged in accordance with the requirements of the NRC and DOT. All products provided under this contract shall be from an FDA approved source with an available NDC number from the manufacturer. Compliance with all OSHA manufacturing, packaging and shipping regulations is required. The awardee shall provide a copy of Type A package certification, and certificates of DOT and OSHA training for couriers prior to commencement of the contract. The contractor shall guarantee the quality of all radiopharmaceuticals. Quality control shall include percent tag, and MO99 breakthrough as appropriate. The Contractor shall provide Quality Control on each agent dispensed. Only those products that pass quality control may be sent to the VA. The Contractor shall provide complete documentation on Quality Control results upon request. The contractor shall label all products to indicate the amount of radiopharmaceutical, preparation time, expiration time and date, and comply with specific facility requirements. The contractor shall invoice at least once a month to the Nuclear Medicine Service indicating the purchase order number, period covered, billing date, name of preparation, quantity, and dollar amount. Each radiopharmaceutical dose shall be identified as a separate line item on the invoice. In addition to billing electronically, a hard copy will be sent to the Nuclear Medicine Department at: VAMC Cincinnati, 3200 Vine Street, mail location 115, Cincinnati, Ohio, 45220. The contractor shall not add to the invoice the cost of overages. Any cost to replace damaged or incorrect products will be at the cost of the contractor. Replacements shall be received within 48 hours of notification by the VAMC. The Contractor shall provide complete documentation of inventory, disposal and patient dose records, which documents compliance with NRC upon request. RECALLED AND DEFECTIVE PRODUCTS: the Contractor will immediately notify the Contracting Officer of any recalls of product or other important product safety issues. As appropriate, the Contractor will replace and/or reimburse recalled/defective products at no cost to the Government. The Contractor may be liable for costs of processing recalls, i.e. administrative and clinical services to replace recalled/defective products. It is preferred that where applicable the contractor will provide Low Enriched Uranium (LEU) sourced Tc products vice High Enriched Uranium (HEU) sourced. The contactor should indicate which products and in which years that products will come from LEU sources. It is expected that where applicable LEU sourced Tc products will be provided starting no later than during Option year one (1). Period of Performance will include the base year beginning from date of award for a period of one (1) year, with four (4), one (1) year option periods to extend the term of the contract at government s discretion. Proposals will only be considered from Offerors that are licensed by the NRC, and who are regularly established in the business of providing radionuclides as called for in this Sources Sought document. Offerors shall provide copies of licenses and certification in response to this Sources Sought. Item # Description/Part Number* Estimated Yearly QTY Unit 1 Tc-99m Ceretec (HMPAO) 1-30 mCi 20 EA 2 Pyrophosphate Vial 30 VL 3 Tl-201 Thallous chloride 1-6 millicuries 20 EA 4 Tc-99m Sulfur Colloid, 0.5-8 mCi 25 EA 5 Tc-99m Macroaggregated Albumin (MAA), 1-7 mCi 200 EA 6 Tc-99m MDP (Medronate), 1-30 mCi 400 EA 7 In-111 Indium DTPA, 1.5 mCi 1 EA 8 Tc-99m Stannous DTPA (Pentate) 1-50 mCi 15 EA 9 In-111 Labeled White Blood Cells (including syringe and recommended anticoagulant) 10 EA 10 Tc-99m Sodium Pertechnetate, 10-35 millicuries 400 EA 11 I-123 NA I Capsule 200 uci 30 EA 12 Ga-67 Gallium Citrate, per mCi 5 EA 13 Sr-89 Metastron, 1-4 mCi 1 EA 14 Tc-99m Cardiolite, Sestamibi, 1-30 mCi 3000 EA 15 Tc-99m Ceretec WBC Labeling (including syringe and recommended anticoagulant) 1 EA 16 Tc-99m MAG 3, 1-15 mCi 150 EA 17 I-131 Thyroid Therapy First mCi, solution 2 EA 18 I-31 Thyroid Therapy Additional mCi solution 10 EA 19 Xe-133 Xenon-20mCi/vial 250 VL 20 I-131 Capsules (diagnostic/therapy) 1-6 mCi 10 Caps Each additional mCi 10 Caps 21 Expedited (STAT) Deliveries 25 EA 22 Expedited RPh call out charge 10 EA 23 Tc-99m Mebrofenin, 5-10 mCi 50 EA 24 Cholecystokinen (CCK Vial) 0 VL 25 Co-57 Dose Calibrator vial (10mCi) 0 EA 26 Co-57 Cobalt Flood source (15mCi) 0 EA 27 In-111 Octreoscan 25 EA 28 F-18 FDG 5-20 mCi 1000 EA 29 F-18 sodium fluoride 5-20 mCi 25 EA 30 N-13 Ammonia 10-45 mci 10 EA 31 Ultratag kit 15 EA 32 I-123 Datscan 5 EA 33 I-123 Andreview 2 EA 34 In-111 prostascint 1 EA 35 153 Sm-quadramet 1 EA 36 Ra-223 Xofigo 5 EA 37 I-123 MIBG 5 EA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25017N0344/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-N-0344 VA250-17-N-0344.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3322030&FileName=VA250-17-N-0344-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3322030&FileName=VA250-17-N-0344-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-N-0344 VA250-17-N-0344.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3322030&FileName=VA250-17-N-0344-000.docx)
- Place of Performance
- Address: Cincinnati VA Medical Center;Nuclear Medicine Service;3200 Vine Street;Cincinnati, OH
- Zip Code: 45220-2213
- Zip Code: 45220-2213
- Record
- SN04428925-W 20170310/170308235423-37dafed0a23ae172eccfedf260bc7af5 (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 |