Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2022 SAM #7453
SPECIAL NOTICE

65 -- Notice of Intent to Award Sole Source PET Isotope Pylarify, F-18 PSMA Department of Veterans Affairs-Lebanon VAMC Progenics Pharmaceuticals, Inc.

Notice Date
4/25/2022 10:01:52 AM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0466
 
Archive Date
04/28/2022
 
Point of Contact
Mr. LaShawn Knight, Contract Specialist, Phone: 240-215-8892 ext. 2199
 
E-Mail Address
lashawn.knight@va.gov
(lashawn.knight@va.gov)
 
Awardee
null
 
Description
Notice of Intent to Award Sole Source Project Title: Delivery of PET Isotope Pylarify (F-18 PSMA) to the Lebanon VA Medical Center, 1700 South Lincoln Avenue, Lebanon, PA 17042. Announcement No: 36C24422Q0466_1 The Lebanon VA Medical Center intends to award a sole-source contract under the authority of FAR 6.302-1 to Progenics Pharmaceuticals, Inc. 1 World Trade Center, 47th Floor, New York, NY 10007-0089. This firm-fixed-price delivery order will be awarded against the National Acquisition Center (CCST) Federal Supply Schedule (FSS): 36F79719D0170 for a commercial-of-the-shelf(COTS) supply of PET Isotope Pylarify (F-18 PSMA) readily available for shipment/transportation and continuous Inventory Management Services during normal, and other than normal working hours as described in this Statement of Work. The period of performance for this contract is anticipated to be a 12month period. The total estimated value is less than $400,000.00 This sole-source contracting action is pursuing a waiver from placing an order on a competitive basis pursuant to FAR 8.405-2 for the requirement mentioned above based on the application of FAR 8.405- 6(a)(1)(i)(B). This hereby constitutes a synopsis of the options included in this requirement. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the national solid waste recycling measurement initiative. The determination not to compete in this proposed contract action is solely within the discretion of the Government. Information received will generally be considered to determine whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for quotes or proposals. Questions or comments to this Notice of Intent should be directed to Contracting Specialist, Mr. LaShawn Knight, at lashawn.knight@va.gov only (no phone calls/voice mail messages regarding questions will not be accepted and will not receive a response). Please indicate in the subject of your email: Notice of Intent Question Submission - 36C24422Q0466_1. STATEMENT OF WORK Lebanon VA Medical Center Part I: General Information Introduction: Fixed Price Procurement and Delivery of PET Isotope Pylarify (F-18 PSMA) to the Lebanon VAMC. Background: The VA Medical Center in Lebanon, PA, will be in receipt of a PET/CT scanner spring 2022 and is establishing a contract to meet the need for delivery, storage, inventory management, packaging and shipment preparation, distribution, and transportation for PET Isotope Pylarify (F-18 PSMA) in support of the VA Medical Center Nuclear Medicine needs. It is the intent of this contract to have a supply of PET Isotope Pylarify (F-18 PSMA) readilyavailable for shipment/transportation and continuous Inventory Management Services during normal, and other than normal working hours as described in this Statement of Work. Offerors shall furnish and deliver F.O.B. Destination all items as listed in the Schedule of Supplies and Services and others that may be needed in the future. The Government prefers vendors who provide non-High Enriched Uranium sources (non-HEU). Contractor must be licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing PET radiopharmaceuticals. Scope: The contractor shall provide PET Isotope Plyarify (F-18 PSMA) and Inventory Management Services, in the way of barcoding, necessary to document receipt of listed PET isotope Pylarify (F-18 PSMA) for the Lebanon VA Medical Center. The contractor shall perform to the standards in the contract and meet all necessary Federal regulatory requirements and guidelines. Part II Work Requirement: Deliverables PET Isotopes estimates per year: Isotope unit price Est volume F18 PSMA $3,496.00 70 Contractor shall provide up to two deliveries per day during normal business hours at approximately 6:30 am and 11:00am at no additional charge. Contractor shall ensure that orders placed each day (Monday Friday by 2:30PM) are available for delivery the next day. A second order may be placed each business day (by 10 AM) for same day delivery. If additional isotopes (M/F or holidays/weekends) then a delivery charge shall be added to the cost of the radiopharmaceuticals as specified. Contractor shall provide an adequate supply of contract products to meet the requirements of Lebanon VA Medical Center. Contractor shall label all supplies as to the type and amount of radiopharmaceutical, lot number, preparation time, expiration time, date, etc., and provide a bar labeled insert to allow scanning data into a nuclear medicine information management system. Contractor shall provide any software updates needed and available throughout the duration of the contract to properly record the dose data into a Nuclear Medicine Information System. Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. Contractor shall hold a current unrevoked NRC and/or agreement state radioactive materials license, which in addition to other license conditions, would allow for the receipt and disposal of radioactive material, and FDA license to produce and distribute radiopharmaceuticals for human administration. Contractor shall provide copy of their radioactive material license with their proposal. Contractor shall immediately notify the Contracting Officer and Contracting Officer Representative, upon any action by the NRC or an agreement state and/or FDA to suspend or modify the radioactive materials license. 10. Contractor shall meet all Nuclear Regulatory Commission (NRC), Department of Transportation, FDA, OSHA and all other agency rules and regulations (Federal and State). Contractor must maintain all certifications throughout the performance of contract. 11. Contractor shall provide evidence of special driver s licenses (competency) due to transporting hazardous materials. Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, F.D.A., OSHA and all other agency rules and regulations (Federal and State). 12. Contractor shall test all products for Quality Control at an agreed upon frequency and only those products that pass quality control may be sent to the VA. This testing shall be performed at no cost to the VA. The contractor will provide a detailed description of the test upon request. 13. Quantity of radioactivity, Calibration time and dose range for each requested radiopharmaceutical will be provided by the Nuclear Medicine service. If dose is not give in a range, then the quantity of radioactivity for the supplied radiopharmaceutical will not deviate more than ±20%. 14. Contractor shall pick up scheduled items, used and unused, for proper disposal at no cost to the Government. 15. Contractor shall perform quality control on each agent dispensed. 16. All defective or inferior products shall be replaced within the timeline specified at no costs to the VA. 17. Any substitutions of product shall have the written approval of the VA Nuclear Medicine Service and the Contracting Officer or his/her designee. 18. It is the Contractor s responsibility to provide the VA with recall notices on any product that has been delivered to the VA that may be defective. Notification shall be made to the Contracting Officer and the Nuclear Medicine Contracting Officer Representative Amy Landis utilizing the most expedient method. 19. Contractor shall accept returns for credit under the following conditions: Product(s) shipped in error. Product(s) damaged in shipment Concealed shipping damages Recalled product(s) Outdated products in unopened, original container (specifically authorized for return by manufacturer). 20. Contractor/supplier shall abide by (CFR 10) Title Code of Federal Regulations, which states: A Licensee may use for medical use only: a. By-product material manufactured, labeled, packaged, and distributed in accordance with a license issued pursuant to the regulations in Title 10, Code of Federal Regulations, Part 35, and the equivalent regulations of an Agreement State. b. Reagent kits that have been manufactured, labeled, packed, and distributed in accordance with the approval by the Commission pursuant to S32.73 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use. 21. Contractor must adhere to the provisions of 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 complying with rules governing the security, use and disclosure of protected health information by covered entities, including the Department of Veteran Affairs. GENERAL ORDERING Normal orders shall be placed during the workday, and delivery shall be required by 7:30 am the following workday to the Lebanon VA Medical Center, Nuclear Medicine Department. Contractors shall ensure that orders placed each day (Monday Friday by 4:30PM) shall be delivered by the next business day (Monday Friday by 6:30 AM. A second order may be placed each business day by 10AM, for same day delivery. If there is need for an additional delivery of Isotopes (Monday Friday or holidays/weekends) then a delivery charge can be added to the cost of the radiopharmaceuticals (See Schedule of Supplies and Services). Due to the demands of the Medical Center patient care requirements, contractor shall provide routine delivery and pick-up as many times as required by the Lebanon VA Medical Center. In the event that the requirements may be determined in advance, a longer delivery time may be scheduled accordingly. In accordance with the following: The delivery order shall include the following information: contract item (s) and quantity, time (s) of delivery, and applicable VA order number. Orders can be placed by the Lebanon VA Medical Center via telephone, fax, or e-mail. Ordering Contact Information: Contractor shall provide contact information for the placement of orders for items listed in the Schedule of Supplies and Services The Lebanon VA Medical Center CORs assigned to this contract will be the only individuals authorized to place orders under this contract: David Eckman, David.Eckman@va.gov TBD (Back-Up COR) POC: April Kurtz, April.Kurtz@va.gov Emergency Ordering Procedures: An added cost is provided IAW with line items 1 & 2 of the schedule of items for the base for emergency preparation and delivery service of radiopharmaceuticals at other than normal working hours. Normal business hours are considered Monday through Friday: 6:30 am 4:30 pm. The Lebanon VA Medical Center considers the following Emergency duty hours: Weekdays (Monday Friday) 4:30 pm 6:30 am Weekends (Saturday/Sunday) All hours Federal Holidays: A list of the expected Federal Holidays is as follows: New Year s Day, Birthday of Martin Luther King, Jr., Washington s Birthday, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically declared by the President of the United States to be a national holiday. Part III Supporting Information: Place of Performance Delivery Location: Radiopharmaceuticals shall be delivered to: (Room G025) located within the Nuclear Medicine Department Lebanon VA Medical Center 1700 S. Lincoln Ave Lebanon, PA 17042 Access to this room during non-business hours shall be obtained by contacting VA Police Service. Period of Performance: The Government is requesting a one (1) year contract with a period of performance, April 1, 2022 to March 31, 2023. Contracting Officer Representative: Delivery shall be coordinated with the designated Contracting Officer Representative (COR). Nominated COR: David Eckman Phone: (717) 272-6621 x6068 Email: David.Eckman@va.gov Note: The COR has no authority to change the terms and conditions of the awarded contract. Deliveries: All orders will be agreed upon between the contractor and the Department Of Veterans Affairs prior to shipment. No delivery charge shall be made for additional deliveries during normal working hours, 7:00a.m.-4:00 Monday Friday. Emergency Deliveries: Requests for emergency doses shall be delivered within 90 minutes of placing the order. Emergency and priority studies consist of less than 20% of the daily schedule. Radioactive shipments prepared in advance to anticipate emergency or routine studies are not acceptable. After Hours delivery: Weekend (Saturday/Sunday) and all Federal Holiday (or any other day specifically declared by the President of the United States to be a national holiday) deliveries shall be made by contacting the Veterans Medical Center Police to unlock Room G025 for placement of the packages in the designated pass-through. Contractor Early Deliveries: When the Contractor offers an earlier delivery date and time than specified, the Government reserves the right to award whether in accordance with the requested schedule or in accordance with the earlier schedule offered by the contractor. If a contractor offers a longer delivery than that requested, the Government may award based on that schedule. If the contract offers no other delivery schedule, the delivery requested shall apply. Delivery proposed Delivery of supplies by the scheduled date will be complete except as otherwise authorized by the Ordering Personnel. The Government may terminate this contract in whole or in part if the contractor fails to meet the required delivery schedule. The Contractor shall be liable for a fixed, occurring amount until the Government may reasonably obtain delivery of similar supplies. The contractor shall not be charged with damages when the delay in delivery arises out of causes beyond the control and without the fault or negligence of the contractor. Delivery date and time specified may be adjusted by the Contracting Officer. The Contractor will be notified of this change at least seven (7) days prior to the original or adjusted delivery date. Delivery Commitment: Time of delivery specified or mutually agreed to at the time of receipt of telephone orders shall become mandatory upon the Contractor. Failure to perform in accordance with the delivery commitment may be grounds for termination of contract in accordance with the provisions for default. All charges incurred for delivery shall be included in the fee schedule to include fuel surcharges. Contractor shall provide on an as-needed basis miscellaneous supplies and/or services including but not limited to the following: OSHA compliant monitoring devices. Sealed sources for QA procedures. Dose calibrator calibration. Annual calibration of survey meters. RSO safety audits for Federal compliance. Damages In-transit: Under FOB Destination procedures, any in-transit damage is the responsibility of the provider. The contractor is responsible for notifying the Contracting Officer or Contracting Officer Representative within 24 hours after loss or damage of material is known by the contractor. The contractor shall be responsible for initiating action to replace all damaged or missing material to the Government. Packaging and Shipment Preparation: All unit dose radiopharmaceuticals delivered must have a bar code with it so the dose can be scanned into the department s dose tracking system that it owns. All radiopharmaceuticals shall be delivered in ready-to-use unit dose form in lead-shielded containers. Plastic shrink wrap fitted at union of container cap and base should be present to ensure an untampered seal. Calibration/labels: All radiopharmaceuticals shall be calibrated and labeled with concentration, calibration, time, total volume, total activity, lot number and prescription number. Supplier Source Information: Product information including supplier's source of radiopharmaceuticals, package inserts, results of quality control testing performed by supplier and copies of supplier's license and procedures shall be provided at no additional charge. Added charges: Contractor shall not add to the invoice the cost of overages. Any cost to replace damaged or incorrect products will be at the cost of the contractor. Replacements shall be received within three (3) hours of notification by the VA.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7eb8b32a5a1b4115b969b09a23c01b5d/view)
 
Record
SN06306416-F 20220427/220425230056 (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.