Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOLICITATION NOTICE

65 -- Radiopharmaceuticals

Notice Date
6/16/2020 7:16:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0283
 
Response Due
6/26/2020 1:30:00 PM
 
Archive Date
08/25/2020
 
Point of Contact
CONTRACTING OFFICER, JOSEPH LOCKE, Phone: 803-776-4000, Ext: 7801
 
E-Mail Address
joseph.locke@va.gov
(joseph.locke@va.gov)
 
Awardee
null
 
Description
2 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24720R0020 Posted Date: June 16, 2020 Original Response Date: June 26, 2020 @ 4:30 pm EST Current Response Date: Product or Service Code: PRODUCT Set Aside UNRESTRICTED NAICS Code: 325412 Contracting Office Address: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 325412- Pharmaceutical Preparation Manufacturing, which has a corresponding business size of 1,250 employees. The Department of Veterans Affairs Medical Center, NCO 7 Network Contracting Office, on behalf of the WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, South Carolina, 29209 is seeking sources to provide Radiopharmaceutical Isotopes in accordance with the Statement of Work (SOW) embedded in the text below. The solicitation is being solicited on an unrestricted basis. Prior to submitting a quote: All Vendors shall be Registered as Active in SAM: https://www.sam.gov/SAM/ Point of Contact: POC for this acquisition is Joseph Locke, 803-776-4000, Ext: 7801; joseph.locke@va.gov All interested companies shall provide quotation(s) for the following: SCHEDULE OF SUPPLIES: Item Number Description Quantity UNIT Unit Price Total Amount 0001 Radiopharmaceutical Isotopes -BASE YEAR- Contract Minimum: To be determined at time of award Contract Maximum: To be determined at time of award. Refer to Attachment for price breakout. 1 LOT 0101 Radiopharmaceutical Isotopes -OPTION YEAR ONE- 1 LOT 0201 Radiopharmaceutical Isotopes -OPTION YEAR TWO- 1 LOT 0301 Radiopharmaceutical Isotopes -OPTION YEAR THREE- 1 LOT 0401 Radiopharmaceutical Isotopes -OPTION YEAR FOUR- 1 LOT DELIVERY SCHEDULE CONTRACT PERIOD DELIVERY DATE Base Period From Date of Award up to 12 Months Option Year One From Date of Award for up to 5 Years Option Year Two From Date of Award for up to 5 Years Option Year Three From Date of Award for up to 5 Years Option Year Four From Date of Award for up to 5 Years Delivery Address: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Delivery: Nuclear Medicine (secured receiving area), room LB 140 QUESTIONS AND ANSWERS: All questions must be submitted directly to the Contracting Officer no later than (NLT) June 19, 2020. Questions shall be submitted via e-mail to Joseph.Locke@va.gov. All questions and corresponding answers will be posted to BetaSam.gov after an amendment to the solicitation is created by the Contracting Officer to document all questions received, as well as the corresponding answer to each question. ***ATTACHMENT A- ESTIMATED QUANTITIES FOR THE BASE YEAR*** BASE YEAR Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0001 Aero-Vent kits, AV-400+M, MediNuclear 75 EA 0002 Cobalt 57, 5 mCi vial source 1 EA 0003 Ga67 Citrate, 10 mCi, tumor localization 2 EA 0004 I-123 2mCi total body iodine study 3 EA 0005 I-123 Capsule, 200 uCi cap, Thyroid Uptake 100 EA 0006 I-131 First mCi thyroid ablation therapy 10 EA 0007 I-131 First mCi thyroid ablation therapy 12 EA 0008 I-131 diagnostic cap, 10-100uCi/cap, standard 12 EA 0009 In-111 Oxine WBC tagging 6 EA 0010 Indium111 0.5mCi WBC tagging 6 EA 0011 Octreotide, Indium 111 6 EA 0012 Sealed source leak test kits and analysis, quarterly 18 EA 0013 Tc99m, 50 and 250 uCi each quarter 4 EA 0014 Tc99m, 25 and 150 uCi (one each per quarter) 4 EA 0015 Myocardial Perfusion Scan 99mTc, dose based on weight Card 5000 EA 0016 Tc99m Pertechnetate 20 mCi WBC tagging with ceretec 10 EA 0017 Tc99m MAA, 5 mCi, pulmonary perfusion or quantative 55 EA 0018 Tc99m NaTcO4 for MUGA 50 EA 0019 Tc99m Pertechnetate, 10mCi thyroid imaging 5 EA Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0020 Tc99m NaTcO4 for GI Bleed 13 EA 0021 Parathyroid, 20 mCi Tc99m, Cardiolite 100 EA 0022 Cardiolite 25 mCi Breast imaging 1 EA 0023 Lymphoscintigraphy, 4 syringes @ 500uCi Tc99m, filtered sulf 75 EA 0024 Tc99m choletec, 6 mCi biliary image 80 EA 0025 Tc99M MDP or HDP, 20 mCi Bone Scan 600 EA 0026 Tc99m MAG-3, 10mCi renogram 40 EA 0027 Mag 3 baseline 2 mCi and post captopril 8 mCi renogram 3 EA 0028 Tc99m Pertechnetate 20mCi Brain Study 1 EA 0029 Tc99m NaTcO4 10 mCi Meckels 1 EA 0030 Tc99m NaTcO4 15 mCi Thyroid Scan 1 EA 0031 Tc99m sulfur colloid, 6 mCi liver/spleen imaging 10 EA 0032 Tc99m sulfur colloid 1 mCi gastric empty 60 EA 0033 Tc99m DTPA 40 mCi for aerosol 75 EA 0034 DTPA renal 3 mCi 1 EA 0035 Tl-201 Thallous chloride, 4 mCi, cardiac perfusion study 15 EA 0036 UltraTag kit 150 EA 0037 Radiacmeter calibration, annually each 3 EA ***ATTACHMENT A- ESTIMATED QUANTITIES FOR OPTION YEAR ONE*** OPTION YEAR ONE Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0101 Aero-Vent kits, AV-400+M, MediNuclear 75 EA 0102 Cobalt 57, 5 mCi vial source 1 EA 0103 Ga67 Citrate, 10 mCi, tumor localization 2 EA 0104 I-123 2mCi total body iodine study 3 EA 0105 I-123 Capsule, 200 uCi cap, Thyroid Uptake 100 EA 0106 I-131 First mCi thyroid ablation therapy 10 EA 0107 I-131 First mCi thyroid ablation therapy 12 EA 0108 I-131 diagnostic cap, 10-100uCi/cap, standard 12 EA 0109 In-111 Oxine WBC tagging 6 EA 0110 Indium111 0.5mCi WBC tagging 6 EA 0111 Octreotide, Indium 111 6 EA 0112 Sealed source leak test kits and analysis, quarterly 18 EA 0113 Tc99m, 50 and 250 uCi each quarter 4 EA 0114 Tc99m, 25 and 150 uCi (one each per quarter) 4 EA 0115 Myocardial Perfusion Scan 99mTc, dose based on weight Card 5000 EA 0116 Tc99m Pertechnetate 20 mCi WBC tagging with ceretec 10 EA 0117 Tc99m MAA, 5 mCi, pulmonary perfusion or quantative 55 EA 0118 Tc99m NaTcO4 for MUGA 50 EA 0119 Tc99m Pertechnetate, 10mCi thyroid imaging 5 EA Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0120 Tc99m NaTcO4 for GI Bleed 13 EA 0121 Parathyroid, 20 mCi Tc99m, Cardiolite 100 EA 0122 Cardiolite 25 mCi Breast imaging 1 EA 0123 Lymphoscintigraphy, 4 syringes @ 500uCi Tc99m, filtered sulf 75 EA 0125 Tc99M MDP or HDP, 20 mCi Bone Scan 600 EA 0126 Tc99m MAG-3, 10mCi renogram 40 EA 0127 Mag 3 baseline 2 mCi and post captopril 8 mCi renogram 3 EA 0128 Tc99m Pertechnetate 20mCi Brain Study 1 EA 0129 Tc99m NaTcO4 10 mCi Meckels 1 EA 0130 Tc99m NaTcO4 15 mCi Thyroid Scan 1 EA 0131 Tc99m sulfur colloid, 6 mCi liver/spleen imaging 10 EA 0132 Tc99m sulfur colloid 1 mCi gastric empty 60 EA 0133 Tc99m DTPA 40 mCi for aerosol 75 EA 0134 DTPA renal 3 mCi 1 EA 0135 Tl-201 Thallous chloride, 4 mCi, cardiac perfusion study 15 EA 0136 UltraTag kit 150 EA 0137 Radiacmeter calibration, annually each 3 EA ***ATTACHMENT A- ESTIMATED QUANTITIES FOR OPTION YEAR TWO*** OPTION YEAR TWO Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0201 Aero-Vent kits, AV-400+M, MediNuclear 75 EA 0202 Cobalt 57, 5 mCi vial source 1 EA 0203 Ga67 Citrate, 10 mCi, tumor localization 2 EA 0204 I-123 2mCi total body iodine study 3 EA 0205 I-123 Capsule, 200 uCi cap, Thyroid Uptake 100 EA 0206 I-131 First mCi thyroid ablation therapy 10 EA 0207 I-131 First mCi thyroid ablation therapy 12 EA 0208 I-131 diagnostic cap, 10-100uCi/cap, standard 12 EA 0209 In-111 Oxine WBC tagging 6 EA 0210 Indium111 0.5mCi WBC tagging 6 EA 0211 Octreotide, Indium 111 6 EA 0212 Sealed source leak test kits and analysis, quarterly 18 EA 0213 Tc99m, 50 and 250 uCi each quarter 4 EA 0214 Tc99m, 25 and 150 uCi (one each per quarter) 4 EA 0215 Myocardial Perfusion Scan 99mTc, dose based on weight Card 5000 EA 0216 Tc99m Pertechnetate 20 mCi WBC tagging with ceretec 10 EA 0217 Tc99m MAA, 5 mCi, pulmonary perfusion or quantative 55 EA 0218 Tc99m NaTcO4 for MUGA 50 EA 0219 Tc99m Pertechnetate, 10mCi thyroid imaging 5 EA 0220 Tc99m NaTcO4 for GI Bleed 13 EA Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0221 Parathyroid, 20 mCi Tc99m, Cardiolite 100 EA 0222 Cardiolite 25 mCi Breast imaging 1 EA 0223 Lymphoscintigraphy, 4 syringes @ 500uCi Tc99m, filtered sulf 75 EA 0224 Tc99m choletec, 6 mCi biliary image 80 EA 0225 Tc99M MDP or HDP, 20 mCi Bone Scan 600 EA 0226 Tc99m MAG-3, 10mCi renogram 40 EA 0227 Mag 3 baseline 2 mCi and post captopril 8 mCi renogram 3 EA 0228 Tc99m Pertechnetate 20mCi Brain Study 1 EA 0229 Tc99m NaTcO4 10 mCi Meckels 1 EA 0230 Tc99m NaTcO4 15 mCi Thyroid Scan 1 EA 0231 Tc99m sulfur colloid, 6 mCi liver/spleen imaging 10 EA 0232 Tc99m sulfur colloid 1 mCi gastric empty 60 EA 0233 Tc99m DTPA 40 mCi for aerosol 75 EA 0234 DTPA renal 3 mCi 1 EA 0235 Tl-201 Thallous chloride, 4 mCi, cardiac perfusion study 15 EA 0236 UltraTag kit 150 EA 0237 Radiacmeter calibration, annually each 3 EA *** ATTACHMENT A- ESTIMATED QUANTITIES FOR OPTION YEAR THREE*** OPTION YEAR THREE Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0301 Aero-Vent kits, AV-400+M, MediNuclear 75 EA 0302 Cobalt 57, 5 mCi vial source 1 EA 0303 Ga67 Citrate, 10 mCi, tumor localization 2 EA 0304 I-123 2mCi total body iodine study 3 EA 0305 I-123 Capsule, 200 uCi cap, Thyroid Uptake 100 EA 0306 I-131 First mCi thyroid ablation therapy 10 EA 0307 I-131 First mCi thyroid ablation therapy 12 EA 0308 I-131 diagnostic cap, 10-100uCi/cap, standard 12 EA 0309 In-111 Oxine WBC tagging 6 EA 0310 Indium111 0.5mCi WBC tagging 6 EA 0311 Octreotide, Indium 111 6 EA 0312 Sealed source leak test kits and analysis, quarterly 18 EA 0313 Tc99m, 50 and 250 uCi each quarter 4 EA 0314 Tc99m, 25 and 150 uCi (one each per quarter) 4 EA 0315 Myocardial Perfusion Scan 99mTc, dose based on weight Card 5000 EA 0316 Tc99m Pertechnetate 20 mCi WBC tagging with ceretec 10 EA 0317 Tc99m MAA, 5 mCi, pulmonary perfusion or quantative 55 EA 0318 Tc99m NaTcO4 for MUGA 50 EA 0319 Tc99m Pertechnetate, 10mCi thyroid imaging 5 EA 0320 Tc99m NaTcO4 for GI Bleed 13 EA Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0321 Parathyroid, 20 mCi Tc99m, Cardiolite 100 EA 0322 Cardiolite 25 mCi Breast imaging 1 EA 0323 Lymphoscintigraphy, 4 syringes @ 500uCi Tc99m, filtered sulf 75 EA 0324 Tc99m choletec, 6 mCi biliary image 80 EA 0325 Tc99M MDP or HDP, 20 mCi Bone Scan 600 EA 0326 Tc99m MAG-3, 10mCi renogram 40 EA 0327 Mag 3 baseline 2 mCi and post captopril 8 mCi renogram 3 EA 0328 Tc99m Pertechnetate 20mCi Brain Study 1 EA 0329 Tc99m NaTcO4 10 mCi Meckels 1 EA 0330 Tc99m NaTcO4 15 mCi Thyroid Scan 1 EA 0331 Tc99m sulfur colloid, 6 mCi liver/spleen imaging 10 EA 0332 Tc99m sulfur colloid 1 mCi gastric empty 60 EA 0333 Tc99m DTPA 40 mCi for aerosol 75 EA 0334 DTPA renal 3 mCi 1 EA 0335 Tl-201 Thallous chloride, 4 mCi, cardiac perfusion study 15 EA 0336 UltraTag kit 150 EA 0337 Radiacmeter calibration, annually each 3 EA *** ATTACHMENT A- ESTIMATED QUANTITIES FOR OPTION YEAR FOUR*** OPTION YEAR FOUR Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0401 Aero-Vent kits, AV-400+M, MediNuclear 75 EA 0402 Cobalt 57, 5 mCi vial source 1 EA 0403 Ga67 Citrate, 10 mCi, tumor localization 2 EA 0404 I-123 2mCi total body iodine study 3 EA 0405 I-123 Capsule, 200 uCi cap, Thyroid Uptake 100 EA 0406 I-131 First mCi thyroid ablation therapy 10 EA 0407 I-131 First mCi thyroid ablation therapy 12 EA 0408 I-131 diagnostic cap, 10-100uCi/cap, standard 12 EA 0409 In-111 Oxine WBC tagging 6 EA 0410 Indium111 0.5mCi WBC tagging 6 EA 0411 Octreotide, Indium 111 6 EA 0412 Sealed source leak test kits and analysis, quarterly 18 EA 0413 Tc99m, 50 and 250 uCi each quarter 4 EA 0414 Tc99m, 25 and 150 uCi (one each per quarter) 4 EA 0415 Myocardial Perfusion Scan 99mTc, dose based on weight Card 5000 EA 0416 Tc99m Pertechnetate 20 mCi WBC tagging with ceretec 10 EA 0417 Tc99m MAA, 5 mCi, pulmonary perfusion or quantative 55 EA 0418 Tc99m NaTcO4 for MUGA 50 EA 0419 Tc99m Pertechnetate, 10mCi thyroid imaging 5 EA 0420 Tc99m NaTcO4 for GI Bleed 13 EA Item Number Description of Supplies/Service Quantity Unit of Issue Unit Price 0421 Parathyroid, 20 mCi Tc99m, Cardiolite 100 EA 0422 Cardiolite 25 mCi Breast imaging 1 EA 0423 Lymphoscintigraphy, 4 syringes @ 500uCi Tc99m, filtered sulf 75 EA 0424 Tc99m choletec, 6 mCi biliary image 80 EA 0425 Tc99M MDP or HDP, 20 mCi Bone Scan 600 EA 0426 Tc99m MAG-3, 10mCi renogram 40 EA 0427 Mag 3 baseline 2 mCi and post captopril 8 mCi renogram 3 EA 0428 Tc99m Pertechnetate 20mCi Brain Study 1 EA 0429 Tc99m NaTcO4 10 mCi Meckels 1 EA 0430 Tc99m NaTcO4 15 mCi Thyroid Scan 1 EA 0431 Tc99m sulfur colloid, 6 mCi liver/spleen imaging 10 EA 0432 Tc99m sulfur colloid 1 mCi gastric empty 60 EA 0433 Tc99m DTPA 40 mCi for aerosol 75 EA 0434 DTPA renal 3 mCi 1 EA 0435 Tl-201 Thallous chloride, 4 mCi, cardiac perfusion study 15 EA 0436 UltraTag kit 150 EA 0437 Radiacmeter calibration, annually each 3 EA Statement of Work Radiopharmaceutical Isotopes REQUIREMENT: The Vendor shall provide Radiopharmaceutical Items and Non-Radio Pharmaceutical Items listed in the Schedule/Price List and in accordance with all terms, conditions, special provisions and schedules. Vendor should also provide sealed source services and GM meter calibration services for the Medical Center when needed and required. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Satellite outpatient clinics located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: Period of Performance: One Base year with the four one-year option periods. Base Year: From date of award for up to 12 Months 1st Option Period From date of award for up to 5 Years 2nd Option Period From date of award for up to 5 Years 3rd Option Period From date of award for up to 5 Years 4th Option Period From date of award for up to 5 Years 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Delivery: Nuclear Medicine (secured receiving area), room LB 140 5. PERFORMANCE REQUIREMENTS: Diagnostic radioactive isotopes have a short shelf life, meaning radioactive medicine decays over a short window and must be delivered daily; doses ordered specific for each patient study. The VA Medical Center needs the capability to perform nuclear scans immediately when procedures are added during the day, whether an emergency or a new diagnosis. The Contractor shall deliver the radiopharmaceuticals provided in the Schedule/Price Sheet to the Nuclear Medicine Department no more than one hour after the order has been placed. The vendor agrees to perform these services with that standard 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 the William Jennings Byron Dorn VA 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. Request will be placed daily, if required, for next day and or same day delivery during normal working hours of 6:00am 4:30pm Monday through Friday excluding Federal Holidays. Federal Holidays are New Year s Day, Martin Luther King Jrs Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day. When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by U.S. Government agencies. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174). The Vendor will provide accurate emergency phone contact information for orders that are placed after normal working hours. All items are to be delivered to the Nuclear Medicine Department as specified above. The William Jennings Bryan Dorn VA Medical Center requires credit statements (itemized returned doses) and monthly invoices. An electronic daily dose tracking system shall be available for the Medical Center s use in certifying and tracking per patient doses delivered. There will be no additional fees added to the invoices outside of the schedule/price list that is provided by the vendor. This includes delivery fees, daily fees, service fees, dose prep fees, and dose disposal fees. Copies of the Quality Control Information on the shipping certificate are to be sent daily to the Nuclear Medicine Section, William Jennings Bryan Dorn VA Medical Center Columbia, South Carolina. The vendor will be required to provide TC-99m from facilities that produce non-HEU (High Enriched Uranium) radioisotopes. *** NOTE***ALL Technectium-99m (Tc-99m) SHALL BE PROCURED FROM NON-High Enriched Uranium (HEU) companies. HEUs shall be accepted in the event NON-HEUs are not available. 6. DELIVERY REQUIREMENTS: Contractor must be able to deliver within 1 hour of receipt of a request for those radioactive isotopes listed in the Schedule which have a limited shelf life. The Contractor shall have the delivery capabilities to provide doses when needed. The VA Medical Center needs the capability to perform nuclear scans immediately when procedures are added during the day, whether an emergency or a new diagnosis. The Contractor shall deliver the radiopharmaceuticals provided in the Schedule/Price Sheet to the Nuclear Medicine Department no more than one hour after the order has been placed. Orders may be placed orally, in writing, or by electronic means. Specific personnel authorized to place orders under this contract will be designated in writing upon award of the contract. Contractor shall provide its Quality Management Program (QMP). This program shall include, but not be limited to: The Contractors procedure for the preparation of radiopharmaceuticals Where preparation of radiopharmaceuticals is carried out QC guidelines the Contractor follows for the dispensing of radiopharmaceuticals for human use Verification of the steps followed to test labeling efficiency of radiopharmaceutical kits and frequency of this testing Contractor shall provide the protocol followed (such as FDA and or professional standards or guidelines) in determining expiration time or date on radiopharmaceutical doses. Contractor shall provide steps followed to ensure purity and sterility during preparation of radiopharmaceuticals. In addition, Contractor shall state what procedures or guidelines are followed to ensure an aseptic environment. VA requires Contractor to provide guarantee of the quality and efficacy of labeled compounds (radiopharmaceuticals), in addition the Contractor shall declare the steps taken daily to ensure such efficacy. The QMP shall include the procedure used by the Contractor in the dispensing, packaging, and delivery of radiopharmaceuticals. Contractor shall be OSHA compliant. OSHA needle stick legislation requires that healthcare facilities must: Annually update their Exposure Control Plan (ECP) Use appropriate sharps devices or needleless systems Solicit frontline employee input to assist in the identification, evaluation, and selection of new technology Establish sharps injury log to better track needle sticks To further ensure safety, Contractor shall: Meet application regulatory requirements for USP , USP , USP , and cGMP Part 212. Ensure the integrity of each prescription by complying with stringent internal quality processes and standard operating procedures. Offer quality and safety-related continuing education (CE s) courses on USP , cGMP and radiation safety principles for the nuclear technologist. Utilize safety products, to protect against needle sticks and contamination from blood borne pathogens. Use adequate syringe shields, to reduce radiation exposure. 7. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:         Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 8. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 9. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. BASIS OF AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, using lowest price technically acceptable (LPTA) criteria. All elements shall be rated technically acceptable in order to be considered for award. Any unacceptable rating shall exclude the offeror from receiving award. The following factors shall be used to evaluate offers: Technical: Offeror shall clearly demonstrate how they plan to meet all terms and conditions listed within the Statement of Work (SOW) as well as document they can provide all of the items listed in the estimated item worksheet. Past Performance: Offeror shall clearly document the last three (3) years of recent and relevant past performance of a similar scope and nature of this requirement. Price: Award will made to the lowest priced technically acceptable offer. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ALL factors must be rated ACCEPTABLE to be considered for award. Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same Lowest Price, Technically Acceptable LPTA evaluation standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ TECHNICAL Non- Cost/Price Factors Technically Acceptable/Unacceptable Meets all stated terms and conditions listed in the Statement of Work (SOW). PAST PERFORMANCE Non- Cost/Price Factors Technically Acceptable/Unacceptable Offerors clearly document the last three (3) years of recent and relevant past performance of a similar scope and nature of this requirement. 11. CLAUSES: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE (IBR) AS AUTHORIZED BY FAR 52.102. 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY 2011 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 2011 52.204-18 52.212-4 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS JUL 2016 OCT 2018 52.232-37 MULTIPLE PAYMENT ARRANGEMENTS MAY 1999 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.246-71 REJECTED GOODS OCT 2018 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN OCT 2019 OWNED SMALL BUSINESS EVALUATION FACTORS 852.215-71 EVALUATION FACTOR COMMITMENTS OCT 2019 e. The following clauses are incorporated into full text 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued for a period up to five (5) years from date of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ""issued"" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor isthe Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $3,695,394.30; (2) Any order for a combination of items in excess of $3,695,394.30; or (3) A series of orders from the same ordering office within 2 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. (End of Clause) 52.216-22 INDEFINITE QUANTITY 1995) As prescribed in 16.506(e), insert the following clause: Indefinite Quantity (Oct 1995)       (a)This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.       (b)Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedul...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d2712e643a6545d888c64d9b651af87b/view)
 
Place of Performance
Address: Columbia Healthcare System WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209
 
Record
SN05693013-F 20200618/200616230209 (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.