Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SOURCES SOUGHT

36 -- Albany VA Radiopharmaceuticals - Nuclear Medicine

Notice Date
5/29/2020 6:07:00 AM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0691
 
Response Due
6/8/2020 1:00:00 PM
 
Archive Date
07/08/2020
 
Point of Contact
Sam A DeMuzio, Contract Specialist, Phone: (585)393-7735
 
E-Mail Address
sam.demuzio@va.gov
(sam.demuzio@va.gov)
 
Awardee
null
 
Description
12 THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The purpose of this notice is to conduct market research and obtain information from qualified Contractors who are able to meet the requirements identified in the accompanying Statement of Work. 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 Stratton Medical Center in Albany, NY will issue a contract for the delivery of radiopharmaceuticals to the Stratton VA Medical Center Nuclear Medicine Department. See the Statement of Work for the list of requirements and Schedule of Supplies. 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 email statements of capabilities to Sam DeMuzio no later than Monday, June8, 2020 at 4:00PM Eastern time to sam.demuzio@va.gov. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought announcement are not considered adequate responses to any future solicitation announcements. Statement of Work Radiopharmaceuticals 1.0 SCOPE The Department of Veterans Affairs Straton VA Medical Center (VAMC) located at 113 Holland Avenue, Albany, NY 12208 has a requirement for a United States Nuclear Regulatory Commission (US NRC) and Food and Drug Administration (FDA) Licensed Contractor to provide radiopharmaceuticals for the Nuclear Medicine Department for patient care. The Albany VAMC intends to award a base year plus two option years, firm fixed price, Requirements Contract to a licensed Radiopharmacy authorized to manufacture and distribute Radiopharmaceutical Supplies and Services in New York State with a period period of performance of October 1, 2020 through September 30, 2023. The Contractor agrees in accordance with the terms and conditions stated herein, to furnish Radiopharmaceuticals in accordance with Federal, State, and Local Regulations. The Contractor shall be able to provide all of the items listed in the Schedule of Radiopharmaceuticals with deliveries when required. Multiple awards will not be made. BACKGROUND The Straton VAMC is responsible for providing high quality and timely commodities and services for our Veterans. One area to serve our Veterans is to ensure that the best possible medical supplies are both timely and in accordance with proper regulations with Contractors that are licensed and monitored according to Federal, State, and Local Regulations. Under the Atomic Energy Act, the US NRC is responsible for regulating uses of radioactive material, including radio pharmaceuticals. The US NRC requires all nuclear medicine facilities to be licensed. The license assures that the facility has a radiation protection program to protect both the patients and the staff. In addition, the staff must meet certain standards of training and experience before they are allowed to administer radioactive material to patients. Each state has one or more radiation programs that ensure the safe use of radioactive materials. The US NRC has transferred regulatory authority over the use of this material to 35 NRC Agreement States. In these states, the regulatory authority inspects the facility to ensure the staff is trained properly and the equipment is operating safely. FDA s Center for Drug Evaluation and Research regulates the radio pharmaceuticals, ensuring effectiveness and patient safety. The mission of The National Institute of Standards and Technology (NIST) is to develop and promote measurement, standards, and technology to enhance productivity, facilitate trade, and improve the quality of life. STATEMENT OF WORK The Contractor agrees to provide all listed radiopharmaceuticals as identified in the Schedule of Radiopharmaceuticals to the Stratton VAMC on a daily or as needed basis in accordance with this Statement of Work. Because of the critical need for these supplies in a timely manner, only Contractors that can deliver within two hours to the Stratton VAMC need to respond to this solicitation. Time is of the essence for all deliveries. These delivery timeframes are absolutely critical to ensure proper patient care and safety. The two hour timeframe shall include the following: order processing, compounding order, travel, locating parking at the Medical Center, and delivery of radiopharmaceuticals to Radiology. The Contractor shall be licensed by the State of New York or another agreement state approved by the Nuclear Regulatory Commission and shall be regularly established in the business of providing radionuclides in accordance with New York State regulations. The Contractor shall provide evidence of delivery in less than 2 hours with their proposal. The Contractor shall identify the location of the point of shipment to the address listed in the first paragraph of this solicitation. Verification will be completed via www.mapquest.com. Deliveries will incorporate sufficient lead or other high-density metal shielding to comply with all applicable Federal, State, and Local standards relating to shipment of radioactive materials. Shipping containers must comply with all Federal and State regulations. This will include the FDA, DOT, DOE, USNRC, and ICC regulations and standards. Documentation of US DOT package integrity testing shall also be provided with each delivery. Items must be adequately packaged to prevent damage during handling and storage. All packaging and labeling must meet all Federal, State, and Local regulations. All packaging of radioactive material must be clearly labeled RADIOACTIVE on the outside of the carton in which it is shipped. The Contractor shall label all products delivered to the Stratton VAMC with the radiopharmaceutical, activity, time of preparation, and expiration time and date. The Contractor shall hold a current unrevoked NRC or an agreement state radioactive materials license, which in addition to other license conditions, would allow for the receipt and disposal of radioactive material, as well as an FDA license to produce and distribute radiopharmaceuticals for human administration. The Contractor shall provide a copy of their radioactive material license with their proposal. The Contractor shall immediately notify the Contracting Officer (CO) and the Contracting Officer Representative (COR), upon any action by the NRC or an agreement state or the FDA to suspend or modify their radioactive materials license. The Contractor shall provide radiopharmaceuticals which have been prepared according to manufacturer s package inserts and applicable FDA requirements. The Contractor shall perform all quality control procedures as required by Federal and State Regulatory Agencies. The Contractor will provide with their proposal all of the following information for paragraphs a through d: The Contractor s regular work hours. The Contractor s telephone number for call-in orders during regular work hours. The Contractor s telephone number and instructions for placing Emergency orders after the Contractor s regular work hours to include weekends. The Contractor s telephone number for expert advice concerning awarded products. The Contractor will furnish a statement that any radiopharmaceuticals delivered as ready-to-use (individual doses in syringes or vials for single or multiple uses) will have quality control performed by the Contractor, so that the delivered product will comply with the requirements of the Joint Commission (JC) and with the United States Pharmacopeia. Should any changes occur in the above information during the contract period of performance the Contractor will immediately provide all applicable updates in writing to the CO and COR. Current package inserts of all radiopharmaceuticals supplied under the awarded contract will be shipped to the Nuclear Medicine Service at the inception of the contract. If any new or updated additions to the package inserts are made available, these will be sent to the COR at the Stratton VAMC Nuclear Medicine Department. The Contractor shall make quality control records available upon written request from the CO or COR. The Contractor shall test all products for Quality Control periodically. This testing shall be performed at no cost to the Government. The Contractor shall provide a detailed description of the test results when requested. The calibration time for each requested radiopharmaceutical shall be provided in the Schedule of Radiopharmaceuticals as part of the Contractor s proposal pricing. If an ordered dosage of radioactive material is given to the Contractor such that it is to fall within a specified range, then the quantity of radioactivity must be within the dose range provided. If dose is not given in a range, then the quantity of radioactivity for supplied radiopharmaceuticals will not deviate more than ±20%. Technetium product radiopharmaceuticals not used will be returned for credit the next work day (including the bulk doses), using the DOT regulations. Credit will be reflected in the current month s invoice. The Contractor shall replace any items delivered damaged or in error at no cost to the Government. The COR shall define the replacement date and time. Replacements may be required immediately or within a specified time in accordance with patient needs. The expiration date and time shall be indicated and affixed to each product as noted below; in general: Ready-to-use doses: not shorter than six (6) hours. Tc-99m pertechnetate: Not shorter than twelve (12) hours. Kits intended for reconstitution by user: Not shorter than three (3) months from date of delivery. Unused kits having expiration time not less than two (2) weeks will be exchanged by the Contractor at no additional charge for a comparable kit having the three (3) months life span. In the event that a quality control or material defect is suspected or detected by the COR, the Contractor will be requested to provide any consultation necessary to alleviate any said suspicion or defect by the following: Provide technical expertise in calibration. Provide professional examination of product. Submit results and recommendations to the COR. Make expedient replacement of any product suspected of being deficient. Approximately five (5) times per year, the below procedures are to be followed for labeling of patient's white blood cells (WBC) with Indium-111 Oxine or Tc-Ceretec, for re-injecting to the same patient: Telephone requests to the Contractor to arrange for the procedure will take place no later than 3:30 PM for the next workday procedure. The Contractor shall be at the Nuclear Medicine Department no later than 8:30 AM to pick up the patient's blood specimen for labeling. The return by the Contractor, of the patient's Indium or Tc-Ceretec labeled white blood cells will take place no more than 5 (five) hours from the time of specimen pick up time. Pertinent documentation confirming that the identification of the labeled blood specimen matches with the blood specimen of the patient's blood specimen submitted for labeling procedure. The Contractor shall pick up radiopharmaceuticals (used and unused) for proper disposal at no cost to the Government. The Contractor shall produce radiopharmaceuticals as described in the Schedule of Radiopharmaceuticals. Deliverables and Acceptance Criteria The Contractor shall provide services and staff, and otherwise do all things necessary for or incidental to the Statement of Work, as set forth below: Provide up to two deliveries per day during regular operating hours to the Stratton Nuclear Medicine Service at no additional charge. The delivery charge for emergency orders to be included on the Schedule of Radiopharmaceuticals. The Delivery charge for STAT orders is to be included on the Schedule of Radiopharmaceuticals. STAT deliveries will average, three (3) times a week. Deliver directly to the Stratton Nuclear Medicine Service daily quantity of radiopharmaceuticals by 7:00 AM, as requested from the previous work day by 4:00 PM, unless otherwise noted as an emergency, requiring a two hour turnaround time. Second daily delivery, if necessary, must be delivered no later than 11:00 AM. Orders can be placed orally by telephone by Ordering Officers provided by the COR. Deliver directly to the Nuclear Medicine Service at the Straton VAMC, the quantity of radiopharmaceutical requested on an emergency basis to arrive in less than two (2) hours after notification. Radioactive dose boxes that are delivered outside of working hours will be delivered to Nuclear Medicine. The Contractor shall not leave a radioactive materials package at the Stratton VAMC unless they have verbally communicated with a Nuclear Medicine staff member. Other delivery times may be outlined by the Stratton VA Medical Center in this Statement of Work. On Federal Holidays, no normal deliveries will be expected. If Monday is a Federal Holiday, no deliveries will be expected. Holidays are listed under 4.0 VA Operating Hours. Emergency deliveries may be requested at any time outside normal delivery times, including weekends, holidays, and nights. Shipments requested as an Emergency will be delivered as follows: Requests placed after regular work hours (weekends, holidays, and nights) will be delivered within two (2) hours, or as specified. Emergency, weekend, and holiday deliveries are to be delivered to location(s) specified by the Stratton VA Nuclear Medical Department, unless otherwise specified when called for. Emergency deliveries will be required within two (2) hours after the order is placed. All shipments will be labeled as RADIOACTIVE MATERIAL in compliance with all pertinent regulations. All Radiopharmaceuticals, Radioassay Kits, and Analytic Kits are to be furnished by the Contractor in strict accordance with the terms and conditions of the contract and all applicable Federal, State, and Local Laws. Delivery dates, times, frequency of deliveries, specific dosages, and all other specific requirements by the Stratton VAMC in this Statement of Work will be strictly adhered to. All shipments must have a Packing Slip enclosed, giving information about the product and its identification, plus (for billing purposes) the Stratton VAMC Purchase Order Number issued for the current fiscal year, and the Contractor s invoice number. Providing incorrect Purchase Order numbers on invoices will cause a substantial delay in payments to the Contractor. VA OPERATING HOURS The delivery of products provided by the respective awarded contract shall be furnished by the Contractor in accordance with section 3.0 Deliverables and Acceptance Criteria. The Contractor shall not be required, except in case of an emergency, to furnish such products on a national holiday or during non-working hours as described below with the exception of normal next day delivery. The following terms have the following meanings: Normal Operating hours of Nuclear Medicine: Monday through Friday, 7:00 AM to 4:00 PM Eastern Standard Time Normal deliveries shall be accomplished at 7:00 AM and 11:00 AM. The Contractor to include up to two (2) deliveries per normal working day during normal working hours as needed at no additional charge. National Holidays: The ten (10) holidays observed by the Federal Government are as follows: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving, and Christmas, and any other day specifically declared by the President of the United States to be a national holiday. CONTRACT AWARD Upon Contract Award (within five (5) business days) the awarded Contractor shall provide: A copy of their Laboratory s current quality control manual to the COR. A dedicated inside sales representative to aide in facilitation in the smooth coordination between the Stratton VA Medical Center and the Contractor s Laboratory Pharmacy. Material safety data sheets and updates on all delivered products as per contract award to include any additions throughout the period of performance of the awarded contract. Patient orientation education video presentations and other appropriate material at no additonal cost to the Government. The Contractor shall provide signs and posters alerting patients, employees and the public, of safety precautions in the handling of radioactive materials. QUALITY REQUIREMENTS The Contractor shall guarantee the quality of their radiopharmaceuticals. Quality Control (QC) shall include pH testing, percent tag, alumina, and 99Mo breakthrough as appropriate. Quality Control shall be performed on each agent dispensed.  Complete documentation of QC results will be provided upon request.  All radiopharmaceuticals shall be calibrated and labeled with concentration, time, total volume, and total activity.  Consultation service regarding radiopharmaceutical applications, problems, controls, shall be provided upon request at no charge. On an annual basis, the Contractor shall provide documentation demonstrating compliance with applicable agreement state or NRC license requirements to the Radiation Safety Officer or COR. PERSONNEL POLICY The Contractor is responsible for all costs, including personnel costs, associated with the awarded contract, unless otherwise specified. Qualifications - Personnel assigned by the Contractor to prepare and provide the products covered within this Statement of Work shall be Nuclear Pharmacists or a Licensed Technologist working under the supervision of a Nuclear Pharmacist licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. SPECIAL CONTRACT REQUIREMENTS: HHS/OIG To ensure that the individuals providing services under the respective awarded contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding Federal Health Care Programs, the Contractor is required to check the Health and Human Services - Office of Inspector General (HHS/OIG), List of Excluded Individuals/Entities on the OIG Website for each person providing services under the respective awarded contract. The listed parties and entities may not receive Federal Health Care program payments due to fraud or abuse of the Medicare and Medicaid programs.  During the period of performance of the respective awarded contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.  Any healthcare provider or entity that employ or enter into contracts with excluded individuals or entities may have a Civil Monetary Penalty imposed against them.  By signing their proposal, the Contractor certifies that all persons or entities listed in the Contractor s proposal have been compared against the OIG list and are not listed as of the date their proposal was signed.  CONTRACTOR STAFF ROLES AND RESPONSIBILITIES The Contractor must be in compliance with all Nuclear Regulatory Commission, United States Pharmacopeia, United States Food and Drug Administration, State, Local and Joint Commission guidelines, as well as United States Pharmacopeia 797 guidelines. CONTRACTOR PERFORMANCE ASSESSMENTS (CPARS) Assessments: The Government will complete assessments of the Contractor s performance. The Contractor shall have an opportunity to respond to said assessments. Record: The Government will keep completed assessments that will serve as past performance data. Past performance data will be available to assist agencies in the selection of radio-pharmacy Contractors for future contracts. DESIGNATION OF CONTRACT OFFICER REPRESENTATIVE (COR) The COR will be designated in writing. The COR will be furnishing technical guidance and advice regarding the work being performed under the respective awarded contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the respective awarded contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. CONTRACTOR RECALL AND SAFETY PLAN AND PROCESS NOTIFICATION TO FACILITY The Contractor shall take immediate action to notify the COR whenever a product, piece of equipment or item is recalled or considered dangerous, hazardous or unsafe in order to remove such products, equipment or items from use. This notification process also applies to safety alerts. The Contractor recall and safety notification plan and process are necessary so that proper notification to individuals who have received or individuals who may utilize such products, equipment or items can be made in an expedient and efficient manner as possible. The Contractor shall provide to the COR their plan for this safety notification process and also maintain a record system in order to document any safety incident issues by their date, time, and description of the recall or safety alert issue provided to the COR. HIPAA COMPLIANCE The Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). AVAILABILITY OF FUNDS DURING A CONTINUING RESOLUTION At the beginning of each new fiscal year (1 October) the Federal Government or parts thereof may be operating under a Continuing Resolution (CR) and only be funded for a limited period of time rather than for the entire fiscal year.  If at any time funds for this contract are provided under a CR, funds will only be available for performance under the respective awarded contract up to and including the expiration date of the CR, and any extension thereof.  The Government's obligation for performance of the respective awarded contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.  No legal liability on the part of the Government for any payment may arise for performance under the respective awarded contract beyond the expiration date of the CR, and any extension thereof, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability. REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS) As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates Contractor past performance on all contracts that exceed the thresholds outlined in FAR Part 42.15, and shares those evaluations with other Federal Government Contracting Specialists and procurement officials through the Past Performance Information Retrieval System (PPIRS).  The FAR requires that the Contractor be provided an opportunity to comment on past performance evaluations prior to the posting of each report.  To fulfill this requirement VA uses an online database, the Contractor Performance Assessment Reporting System (CPARS).  The CPARS database information is uploaded to the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies.  Each Contractor whose contract award is estimated to exceed the thresholds outlined in FAR Part 42.15 is required to provide to the Contracting Officer contact information for the Contractor s representative with their response to the solicitation.  The Contractor is responsible to notify the Contracting Officer of any change to the Contractor s representative during the contract period of performance. The Contractor s representative contact information consists of their name, telephone number, and email address. The Government will register the respective awarded contract within thirty (30) days after contract award.  For contracts exceeding one (1) year, the Contracting Officer will evaluate the Contractor s performance annually.  Intermediate reports will be filed each year until the last year of the contract, when the final report will be completed.  Each report shall be forwarded in CPARS to the Contractor s designated representative for comment.  The Contractor s representative will have thirty (30) days to submit any comments and return the report to the VA Contracting Officer.  Failure by the contractor to respond within those thirty (30) days will result in the Government s evaluation being placed on file in PPIRS without contractor s comments.  PROHIBITION (WORKING OUTSIDE OF US) The entire performance of the respective awarded contract shall be within the borders of the United States of America. The Contractor shall not access any Department of Veteranas Affairs data information (for example, by remote computer access) from locations that are outside the above-stated borders. Furthermore, the Contractor shall not send, transfer, mail, or otherwise transmit any Department of Veterans Affairs data or information to locations outside the above-stated borders. CONTRACT TERM The respective awarded IDIQ contract shall be for one (1) base year and two (2) option years. The base year period of performance is from October 1, 2020 through September 30, 2021. Option year one (1) period of performance is from October 1, 2021 through September 30, 2022. Option year two (2) period of performance is from October 1, 2022 through September 30, 2023. 18.0 Schedule of Radiopharmaceuticals Please Note: Your proposal must provide pricing on ALL items in the Schedule of Radiopharmaceuticals Required and all four columns must be filled in with your proposal. Prices quoted are all inclusive including all associated costs including shipping, handling, packaging, storage, licenses etc. excluding emergency delivery, Pharmacist After-Hour Emergency Call-Back and Weekend White Blood Cell labeling charge. Base Year (October 1, 2020 through September 30, 2021) CLIN Radiopharmaceutical Unit of Measure Qty Size Price For Each mCi or Bulk Total Price Number of Minutes Needed to Prepare Product at Radiopharmacy NDC Of Offered Product 0001 Tc99m (Bulk) Pertechnetate Bulk dose 4 250 mCi 0002 Cardiolite Unit dose 400 30mCi 0003 Cardiolite Unit dose 400 10mCi 0004 MAA Unit dose 30 6mCi 0005 DTPA Unit dose 40 75mCi 0006 MDP Unit dose 90 25mCi 0007 Sulfur Colloid (Liver/ Spleen or gastric emptying) Unit dose 20 6mCi 0008 Tc99m Pertechnetate (MUGA/Hemangioma ) Unit dose 30 25mCi 0009 Choletec Unit dose 25 6mCi 0010 PYP (MUGA/Hemangioma) Unit dose 30 1 Vial 0011 Mag-3 Unit dose 20 10mCi 0012 Certec WBC Study 10 10-30mCi 0013 Octreotide Unit dose 10 6mCi 0014 I-123 200 s Caps 40 200mCi 0015 I-131 Therapy/Whole Body 1 6 mCi) Caps 5 Up to 6mCi 0016 I-131 Therapy (per mCi) Caps 5 Up to 6mCi 0017 Thallium 201 Unit dose 1 5mCi 0018 Gallium 67 Unit dose 1 10mCi 0019 Sulfur Colloid (filtered) Unit dose 15 250uCi 0020 Thallium 201 Brain Unit dose 4 5mCi 0021 Tc99m Pertechnetate Meckel s Thyroid Imaging Unit dose 1 10mCi 0022 Cardiolite (Parathyroid) Unit dose 15 25mCi 0023 Ceretec Brain (Brain Imaging) Unit dose 3 30mCi 0024 Sulfur Colloid (gastric emptying) Unit dose 20 1mCi 0025 Tc99 Pertechnetate (hemangioma) Unit dose 10 25mCi 0026 PYP (hemangioma) Unit dose 10 1 Vial 0027 Tc99m Pertechnetate (Thyroid Imaging) Unit dose 5 10mCi 0028 Thallium 201 (stress cardiac) Unit dose 5 4mCi 0029 DATSCAN I-123 Ioflupane 1 Vial 5 3 -5mCi 0030 Quadramet Therapy Unit 1 0031 Emergency order fee to include Pharmacist preparation and delivery Delivery Approx. 3 per week. Estimate156 Annually Order Option Year One (October 1, 2021 through September 30, 2022) CLIN Radiopharmaceutical Unit of Measure Qty Size Price For Each mCi or Bulk Total Price Number of Minutes Needed to Prepare Product at Radiopharmacy NDC Of Offered Product 1001 Tc99m (Bulk) Pertechnetate Bulk dose 4 250mCi 1002 Cardiolite Unit dose 400 30mCi 1003 Cardiolite Unit dose 400 10mCi 1004 MAA Unit dose 30 6mCi 1005 DTPA Unit dose 40 75mCi 1006 MDP Unit dose 90 25mCi 1007 Sulfur Colloid (Liver/ Spleen or gastric emptying) Unit dose 20 6mCi 1008 Tc99m Pertechnetate (MUGA/Hemangioma) Unit dose 30 25mCi 1009 Choletec Unit dose 25 6mCi 1010 PYP (MUGA/Hemangioma) Unit dose 30 1 Vial 1011 Mag-3 Unit dose 20 10mCi 1012 Certec WBC Study 10 10-30mCi 1013 Octreotide Unit dose 10 6mCi 1014 I-123 200 s Caps 40 200mCi 1015 I-131 Therapy/Whole Body 1 6mCi) Caps 5 Up to 6mCi 1016 I-131 Therapy (per mCi) Caps 5 Up to 6mCi 1017 Thallium 201 Unit dose 1 5mCi 1018 Gallium 67 Unit dose 1 10mCi 1019 Sulfur Colloid (filtered) Unit dose 15 250uCi 1020 Thallium 201 Brain Unit dose 4 5mCi 1021 Tc99m Pertechnetate Meckel s Thyroid Imaging Unit dose 1 10mCi 1022 Cardiolite (Parathyroid) Unit dose 15 25mCi 1023 Ceretec Brain (Brain Imaging) Unit dose 3 30mCi 1024 Sulfur Colloid (gastric emptying) Unit dose 20 1mCi 1025 Tc99 Pertechnetate (hemangioma) Unit dose 10 25mCi 1026 PYP (hemangioma) Unit dose 10 1 Vial 1027 Tc99m Pertechnetate (Thyroid Imaging) Unit dose 5 10mCi 1028 Thallium 201 (stress cardiac) Unit dose 5 4mCi 1029 DATSCAN I-123 Ioflupane 1 Vial 5 3-5mCi 1030 Quadramet Therapy Unit 1 1031 Emergency order fee to include Pharmacist preparation and delivery Delivery Approx. 3 per week. Estimate156 Annually Order Option Year Two (October 1, 2022 through September 30, 2023) CLIN Radiopharmaceutical Unit of Measure Qty Size Price For Each mCi or Bulk Total Price Number of Minutes Needed to Prepare Product at Radiopharmacy NDC Of Offered Product 2001 Tc99m (Bulk) Pertechnetate Bulk dose 4 250mCi 2002 Cardiolite Unit dose 400 30mCi 2003 Cardiolite Unit dose 400 10mCi 2004 MAA Unit dose 30 6mCi 2005 DTPA Unit dose 40 75mCi 2006 MDP Unit dose 90 25mCi 2007 Sulfur Colloid (Liver/ Spleen or gastric emptying) Unit dose 20 6mCi 2008 Tc99m Pertechnetate (MUGA/Hemangioma) Unit dose 30 25mCi 2009 Choletec Unit dose 25 6mCi 2010 PYP (MUGA/Hemangioma) Unit dose 30 1 Vial 2011 Mag-3 Unit dose 20 10mCi 2012 Certec WBC Study 10 10-30mCi 2013 Octreotide Unit dose 10 6mCi 2014 I-123 200 s Caps 40 200mCi 2015 I-131 Therapy/Whole Body 1 6mCi) Caps 5 Up to 6m...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5c1b2f4f40c348f1b084a1bcf5022b8c/view)
 
Record
SN05675095-F 20200531/200529230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.