Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2019 FBO #6530
DOCUMENT

65 -- Radio Pharmaceuticals FLUDEOXYGLUCOSE F18 (FDG) and SODIUM FLUORIDE F18 (NaF) - Attachment

Notice Date
10/10/2019
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Acquisition (90C);1010 Delafield Road
 
Solicitation Number
36C24420Q0028
 
Response Due
10/16/2019
 
Archive Date
12/15/2019
 
Point of Contact
Walida A. Moore
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for Radio Pharmaceuticals F18 and NaF, BRAND NAME OR EQUAL, as prepared in accordance with the format in 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24420Q0028 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective date May 6, 2019.   (iv) This solicitation is the associated NAICS code 325412 has a large business size standard of 1250. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 FLUDEOXYGLUCOSE F18 (FDG) 1740 EA __________________ __________________ 0002 SODIUM FLUORIDE F18 (NaF) 159 EA __________________ __________________ GRAND TOTAL __________________ (vi) Comparable products must be brand name or equal in the following specifications: Client Philadelphia Veterans Administrative Medical Center Job Name Sodium Fluoride F18, Radiopharmaceutical Fludeoxyglucose F18 and Calibration Source Requested by Nuclear Medicine/Diagnostic Imaging Summary The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) in Philadelphia requires a licensed vendor by the Nuclear Regulatory Commission to provide radiopharmaceuticals and calibration sources for the Nuclear Medicine Department. These radiopharmaceuticals are required for imaging procedures. The Calibration sources are required for equipment quality control testing. These items are to be delivered directly to the Diagnostic Imaging section of Nuclear Medicine (secured receiving areas), room 3A101B, Philadelphia VA Medical Center, Department of Veterans Affairs, 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104. Project Scope This SOW covers the following activities and deliverables. The vendor agrees to perform these services with the 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. The Nuclear Medicine authorized staff of CMCVAMC, when needed for next day delivery during work hours will place all orders daily. There may be orders placed during other than normal working hours, to be delivered within a 45-minute window for an emergency. The vendor must be able to fulfill this requirement. All items are to be delivered to the Nuclear Medicine department as specified above. The CMCVAMC will require 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. Deliverables: Fludeoxyglucose (FDG) F18 radiopharmaceutical (10-20 mCi per dose) Sodium Fluoride (NaF) F 18 (5-10 mCi per dose) The Contractor shall have available an adequate supply of contract products to meet the requirements of the CMCVAMC Healthcare System. The Contractor shall label all unit doses of delivered radiopharmaceuticals with the amounts, preparation time, expiration time, date, etc., and provide a bar labeled insert to allow scanning data into the nuclear medicine information management system (NMIS). If the Contractor s system varies from our current (Pinestar) NMIS information system, the Contractor shall provide their system as well as data migration, technical support and training of staff on its use at no additional Price to the Government. All packaging of radioactive material MUST BE clearly labeled RADIOACTIVE with the proper class and exposure levels on the outside of the shipping container. The Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. The Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, NHPP, FDA, OSHA and all other agency rules and regulations (Federal and State). Radiopharmaceutical Returns for Credit: The Contractor shall be responsible to accept returns for full credit towards future orders only under the following conditions: Product(s) ordered or shipped in error Product(s) damaged in shipment Concealed shipping damages Recalled product(s) Outdated product(s) in unopened, original container (specifically authorized for return by manufacturer). The Contractor shall invoice at least once per month showing period covered, billing date, name of preparation, quantity and amount. Schedule Authorized VA Nuclear Medicine personnel shall place orders during the normal workday, and first delivery shall be received no later than 8:00 am the following workday to the CMCVAMC Nuclear Medicine Department. Depending on Medical Center patient care requirements, the contractor shall provide routine delivery and pick-up as many times as required by the CMCVAMC. The delivery order shall include contract item(s) and quantity, time of delivery, and applicable VA order number. Only authorized CMCVAMC personnel via telephone, fax, or e-mail shall be allowed to place orders. Contractor agrees to accept unused radiopharmaceutical and provide reimbursement per unit dose applicable towards future orders. After award, the CMCVAMC Nuclear Medicine department will furnish the name(s) of all personnel who are authorized to place orders against the Contract. The Contractor will be furnished with a copy of the user s license as per Nuclear Regulatory Commission guidelines. Same-Day Delivery Same-Day Delivery requires delivery and receipt at the CMCVAMC Nuclear Medicine department no later than 2 hours after order is placed during normal business hours. Nuclear Medicine normal business hours are considered Monday through Friday: 6:30 am 4:30 pm except Federal Holidays. The following are Federal Holidays: New Year s Day Martin Luther King Jr. Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Pricing Items will be in unit dose, daily, and on an as needed basis in accordance with patient requirements. Key Assumptions All annual quantities are estimates, contractor will only be paid for items and quantities that are actually ordered and delivered. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (ix) Evaluation of this requirement will be based on PRICE AND TECHNICAL QUALIFICATIONS ACCORDING TO RADIOPHARMACEUTICALS AND CALIBRATION SOURCES FOR THE NUCLEAR MEDICINE DEPARTMENT. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to walida.moore@va.gov and received no later than 3:00 PM EST on the 10/16/2019 close date. All questions and concerns should be emailed no later than 10/14/19 3:00 PM EST. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer than an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award. (xvi) For information regarding the solicitation, please contact Walida A. Moore at walida.moore@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24420Q0028/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24420Q0028 36C24420Q0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5185688&FileName=36C24420Q0028-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5185688&FileName=36C24420Q0028-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Corporal Michael J. Crescenz VA Medical Center;Nuclear Medicine;3900 Woodland Avenue;Philadelphia, Pennsylvania
Zip Code: 19104
 
Record
SN05472826-W 20191012/191010230828-8a9878f65601235451c1b4f7c9528f06 (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.