Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
DOCUMENT

65 -- VISN 2 South Radiopharmacuetical Isotopes - Attachment

Notice Date
9/12/2017
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217Q1178
 
Response Due
10/25/2017
 
Archive Date
11/24/2017
 
Point of Contact
Tina.Cavalieri@va.gov
 
E-Mail Address
tina.cavalieri@va.gov
(tina.cavalieri@va.gov)
 
Small Business Set-Aside
N/A
 
Description
1 This is a Sources Sought Notice only. This is not a Request for Quote. The purpose of this notice is to conduct market research and obtain information from qualified Contractors who are able to meet the requirements listed. This is not a solicitation. A solicitation will be issued at a later date. This notice does not restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary. The Government will not pay for information requested nor will it compensate any Contractor for any cost incurred in developing information provided to the Government. The U.S. Department of Veterans Affairs, Network Contracting Office 2, and the VA Medical Centers in New York and New Jersey will issue a contract for the delivery of radiopharmaceuticals (base plus 2 options) to the 6 VA Medical Center Nuclear Medicine Departments. New York Harbor Healthcare System at Manhattan New York Harbor Healthcare System at Brooklyn VA Hudson Valley Healthcare System at Castle Point New Jersey Healthcare System at East Orange Northport VAMC Bronx VAMC(James J. Peters VAMC) See the list of requirements The NAICS Code is 325412 Pharmaceutical Preparation Manufacturing Interested Contractors are reminded that in accordance with FAR 4.12, prospective Contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Your response needs to address how you will meet the Government's requirements. All Contractors that are interested, regardless of their business type, and qualified to meet these requirements are asked to submit the following information: 1) Company Name: 2) Company Address: 3) DUNS Number: 4) Company POC Name: 5) Company POC Phone Number: 6) Company POC Email Address: 7) Company Website: 8) Business type: (Large, Small, Woman-Owned, VOSB/SDVOSB, etc.): Please identify your company's small business size standard and applicable NAICS code. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Note: If claiming SDVOSB or VOSB, the firm must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov/; also include VetBiz certification. Please send your responses by email no later than 4:00 PM on Wednesday October 25, 2017 to Tina Cavalieri, Contracting Officer, at Tina.Cavalieri@va.gov, referencing the following VA242-17-Q-0862- Radiopharmaceutical Isotopes. DO NOT SEND QUOTES AT THIS TIME Statement of Need Veterans Integrated Service Network (VISN) 2 South requires daily delivery of radiopharmaceutical (in unit doses and bulk doses), radiopharmaceuticals to perform QC procedures and related supplies and in order to perform a variety of nuclear medicine diagnostic and therapeutic procedures at their VA Medical Centers (VAMC) located at: New York Harbor Health Care System (NYHHCS) at Manhattan New York Harbor Health Care System (NYHHCS) at Brooklyn VA Hudson Valley Health Care System (VAHVHCS) at Castle Point New Jersey Health Care System (NJHCS) at East Orange Northport VAMC Bronx VAMC The contractor shall provide all labor, supervision and transportation necessary to meets the needs of the daily deliveries for the different Department of Nuclear Medicine at the specific VA hospitals/medical centers. The contactor shall have an adequate supply of contract products to meet the requirements of the Department of Nuclear Medicine at VISN 2 South participating hospitals/medical centers. The contractor shall provide on an as needed basis miscellaneous supplies and or services including, but not limited to diagnostic radiopharmaceutical products, therapeutic radiopharmaceutical products, sealed radioactive sources for QC procedures, related products and a copy of the contractor s RSO safety audits for federal compliance. Contractor Requirements Available Products: The contractor must be able to supply diagnostic radiopharmaceuticals, therapeutic radiopharmaceuticals, radioactive material used for QA purposes and non-radioactive pharmaceuticals and related supplies. Due to the critical need of these supplies in a timely manner, only vendors within a 60 mile radius of any given medical center need to respond. Delivery: Deliveries must be available 24 hours a day, 7 days a week, 365 days per year. Time of delivery specified or mutually agreed to at the time of receipt of telephone orders shall become mandatory upon the contractor s acceptance to the commitment. Emergency deliveries must be made within 2 hours of placement and acceptance of the order. Delivery of supplies by the scheduled time will be complete except as otherwise authorized by ordering personnel. Failure to perform in accordance with the delivery commitment may be grounds for termination of contract in accordance with the provisions for default. Invoice shall include period covered, billing date, name of preparation, quantity, and amount. The contractor is responsible for on time delivery of radiopharmaceuticals and must have back-up facilities/production options to maintain greater than 95% on time delivery or risk penalties that include no charge doses that, at a minimum, equal the amount of missed doses. The contractor must provide an emergency plan for deliveries during inclement weather. The contractor must be located close enough to each participating VISN 2 South Medical Center in order to meet time constraints. Deliveries of radioactive products must incorporate sufficient lead or other high-density material shielding to comply with applicable Federal and or State standards relating to shipment of radioactive material. Deliveries are to be made to Nuclear Medicine Hot Labs in each of the participating medical centers. If the medical center has 2 Hot Labs, deliveries are to be made to the specified Hot Lab. General nuclear medicine products are to be delivered to the general nuclear medicine Hot Hab. PET related products are to be delivered to the PET Hot Lab if a medical center has a specific PET hot lab. Access to the Nuclear Medicine Hot Labs (PET and General) during non-business hours shall be obtained by contacting the VA Police Service. Drivers who make deliveries must present acceptable photographic identification to the VA Police Service. Failure to perform in accordance with the delivery commitment may be grounds for termination of contract in accordance with the provisions for default. This is for a Base plus 2 year option. List of requirements. Estimated Quantities Name of Product Dose EO NYH BK NYH Man BX NP HV TOTAL F18-FDG, unit dose 15 mCi 1560 0 0 768 0 0 2328 F18-FDG, bulk dose, 6 patients/d, 5 d/w, 52 w/y   1560 0 0 0 0 0 1560 F18-NaFl 10 mCi 24 0 0 51 0 0 75 F18-flutemetamol/Vizamyl 100 mCi 6 0 0 0 0 0 6 I-131 NaI Capsule, diagnostic 5 mCi 0 0 0 0 20 0 20 I-131 NaI Capsule, diagnostic 5 uCi 6 1 1 0 0 0 8 I-131 NaI Capsule, diagnostic 100 uCi 2 5 5 0 0 0 12 I-131 NaI Capsule, diagnostic 2 mCi 6 6 4 2 0 0 18 I-131 NaI Capsule 100 mCi 2 5 5 2 3 0 17 I-131 NaI Capsule 125 mCi 1 0 0 2 0 0 3 I-131 NaI Capsule 150 mCi 1 1 1 1 2 0 6 I-131 NaI Capsule 175 mCi 1 0 0 1 0 0 2 I-131 NaI Capsule 200 mCi 1 1 1 1 2 14 20 I-131 NaI Capsule, each additional mCi 1 mCi 1 1 1 6 200 0 209 I-131 NaI liquid per mCi 1 1 1 0 0 0 3 I-123 NaI capsule 2 mCi 10 1 1 0 0 0 12 I-123 NaI capsule 100 uCi 2 15 15 10 0 0 42 I-123 NaI capsule 200 uCi 80 30 10 21 80 0 221 I-123 MIBG 5 mCi 5 1 1 1 0 0 8 I-123 NaI MIBG 10 mCi 5 0 0 1 0 0 6 Tc99m MDP 25 mCi 550 225 175 226 10 139 1325 Tc99m MAA 4 mCi 0 38 22 0 50 0 110 Tc99m Non-HEU MAA 4 mCi 0 0 0 0 100 0 100 Tc99m MAA 5 mCi 30 1 1 192 0 2 226 Tc99m DTPA (aerosol) 45 mCi 30 5 5 192 0 0 232 Tc99m DTPA (aerosol) 30 mCi 0 0 0 0 50 0 50 Tc99m Non-HEU DTPA (aerosol) 30 mCi 0 0 0 0 240 0 240 Tc99m DTPA (brain) 20 mCi 2 2 2 0 1 0 7 Tc99m DMSA 10 mCi 2 1 1 0 2 0 6 Tc 99m HDP (Oxidronate) 25mCi 0 0 0 0 50 0 50 Tc 99m Non-HEU HDP (Oxidronate) 25mCi 0 0 0 0 500 0 500 Tc99m mertiatide (MAG3) 10 mCi 30 30 20 36 20 0 136 Tc99m Non-HEU mertiatide (MAG3) 10 mCi 30  0  0 36 40 0 106 Tc99m sulfur colloid 5 mCi 15 27 3 0 12 11 68 Tc99m sulfur colloid, filtered (lympho) 1 mCi 6 0 0 0 6 0 12 Tc99m sulfur colloid, filtered (lympho) 200uCi 0 8 9 0 0 0 17 Tc99m mebrofenin 5 mCi 20 21 11 12 10 0 74 Tc99m Non-HEU mebrofenin 5 mCi 0 0 0 0 20 0 20 Tc99m mebrofenin 1 mCi 5 0 0 0 4 0 9 Tc99m bicisate dihyrochloride (Neurolite) 30 mCi 2 1 1 0 1 0 5 Tc99m exametazime (Ceretec) 30 mCi 2 1 1 1 1 0 6 Tc99m exametazime (Ceretec) WBC 20 mCi 2 1 1 1 1 0 6 Tc99m sestamibi 10 mCi 700 560 240 732 200 1276 3708 Tc99m sestamibi 20 mCi 20 20 11 0 100 0 151 Tc99m Non-HEU sestamibi 7 mCi 0 0 0  0 1500 0 1500 Tc99m Non-HEU sestamibi 21 mCi 0 0 0  0 1500 0 1500 Tc99m sestamibi 7 mCi 0 0 0  0 100 0 100 Tc99m sestamibi 21 mCi 0 0 0  0 100 0 100 Tc99m sestamibi 30 mCi 700 0 0 732 200 1276 2908 Tc99m sestamibi 35 mCi 1 0 0 0 0 0 1 Tc99m sestamibi 50 mCi 1 0 0 0 0 0 1 Tc99m tetrofosmin 20 mCi 1 1 1 0 20 0 23 Tc99m pyrophosphate 30 mCi 2 1 1 0 1 0 5 Tc99m pertechnetate 1 mCi 52 1 1  0 0 0 54 Tc99m Pertechnetate 100 mCi 0 1 1 240 0 0 242 Tc99m Pertechnetate 50 mCi 0 0 0 0 50 0 50 Tc99m Non-HEU Pertechnetate 50 mCi 0 0 0 0 150 0 150 Tc99m Pertechnetate 20 mCi 10 50 15 0 2 0 77 Tc99m Pertechnetate 35 mCi 0 500 500 12 0 6 1018 Tc99m Pertechnetate (linearity) 150 mCi 0 1 1 0 0 0 2 Tc99m Pertechnetate (linearity) 200 mCi 4 4 4 4 0 0 16 Tc99m Pertechnetate (linearity) 250 mCi 0 0 0 0 4 0 4 Tc99m Pertechnetate (shunt scan) 75 uCi 0 1 5 0 0 0 6 Tl-201 chloride 1.5 mCi 3 1 1 1 0 0 6 Tl-201 chloride 3.5 mCi 3 3 3 1 0 0 10 Tl-201 chloride 5 mCi 0 0 0 0 24 0 24 Tl-201 chloride, per mCi 1 mCi 2 0 0 1 0 0 3 Ga67 Citrate 5 mCi 5 55 10 24 10 0 104 Ga67 Citrate 6 mCi 5 0 0 10 10 0 25 Ga67 Citrate 10 mCi 2 0 0 0 10 0 12 Ga67 Citrate, per additional mCi 1 mCi 1 0 0 0 0 0 1 Indium-111 Octreotide 6 mCi 10 6 4 6 10 0 36 Indium-11 Prostascint 6 mCi 1 2 2 0 1 0 6 Indium-111 Oxine WBC 0.5 mCi 30 1 1 8 24 0 64 Indium-111 DTPA for Cisternogram 0.5 mCi 1 1 1 1 5 0 9 Indium-111 WBC Blood Kit each 30 1 1 8 24 0 64 Y90 Zevalin, per mCi 1 mCi 1 0 0 0 0 0 1 Samarium-153, per mCi 1 mCi 1 1 1 0 2 0 5 Strontium-89, per mCi 1 mCi 1 1 1 0 1 0 4 Choletec vials   30 38 38 5 0 0 111 DTPA vials   30 50 50 7 0 0 137 MAA vials   30 50 50 7 0 0 137 MDP vials   2 2 2 5 0 0 11 Stannous Pyrophosphate vials   2 30 30 6 5 7 80 ACD     20 0 0 1 0 0 21 Ultratag Kit   20 1 1 5 12 0 39 Gd153 rod source, NIST 10 mCi 1 0 0 2 0 0 3 Co57, 20 ml vial source, NIST, dose calibrator 5 mCi 1 1 1 1 1 0 5 Co57 rod source, NIST 0.05 mCi 0 0 0 2 0 0 2 Co57 rod source, NIST 0.1 uCi 1 0 0 0 0 0 1 Co57 rod source, NIST 50 uCi 1 1 1 0 0 0 3 Co57 point source, NIST 50 uCi 1 0 0 0 1 0 2 Co57 flood source, NIST 5 mCi 1 1 1 0 0 0 3 Co57 flood source, NIST 10 mCi 1 1 1 1 1 0 5 Ge68 phantom for Siemens Biograph MI PET CT, NIST 10 mCi 1 0 0 1 0 0 2 Ge68 rod source, 5, NIST 500 nCi 1 0 0 0 0 0 1 Cs137 rod source, 3, NIST 0.1 uCi 1 0 0 0 0 0 1 Cs137 source, NIST, dose calibrator 200 uCi 1 1 1 0 1 0 4 Vial Set: Co57 (5 mCi), Cs137 (200 uCi), Ba133 (250 uCi), NIST   1 0 0 1 1 0 3 CCK, 5 mcg/mL   10 2 2 4 4 0 22 Venti-scan IV (lung aerosol tubing, 24 inch)   30 1 1 0 0 0 32 Venti-Pak Disposable Radioaerosol Kit   5 1 1 16 0 0 23 (Adapter kit for ventilator assisted patients)               0 AEROTECH I RADIOAEROSOL DISPOSABLE KIT    0  0  0  0 20  0 20 Emergency Deliveries   24 4 4 24 24 0 80
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q1178/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-1178 VA242-17-Q-1178.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789112&FileName=VA242-17-Q-1178-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789112&FileName=VA242-17-Q-1178-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04673568-W 20170914/170912232443-0f557a38c651bdee1349a271f62758b0 (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  © 1994-2020, Loren Data Corp.