Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2024 SAM #8244
SOLICITATION NOTICE

65 -- Radiopharmaceuticals (CTX)

Notice Date
6/21/2024 2:36:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25724R0056
 
Response Due
7/11/2024 1:00:00 PM
 
Archive Date
07/26/2024
 
Point of Contact
Vance Farrell, Contract Specialist, Phone: 2106946379
 
E-Mail Address
vance.farrell@va.gov
(vance.farrell@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25724R0056 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. (iv) This solicitation is issued as Unrestricted Full and Open Competition, with the associated NAICS code of 325412, which has a small business size standard of 1,300 personnel. (v) Requested items and services; see attached Performance Work Statement for the contractor qualifications, description of the required items and services, and the price/cost schedule (SF1449) for the contract line item numbers, quantities, and options requested in this solicitation. (vi) This requirement is for providing radiopharmaceuticals to the Central Texas Veterans Health Care System (CTVHCS), Temple, TX. (vii) The anticipated base Delivery Period for the requirement is 18 September 2024 through 17 September 2025. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. This solicitation requires submission of information, other than price; see item xiii below for the additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Evaluation factors for the solicitation are Technical, Past Performance, and Price. Technical and Past Performance, when combined, are significantly more important than Price. The evaluation of the proposals will be conducted by a comparative evaluation of offers. The government intends on awarding a single-award IDIQ contract resulting from this solicitation to the offeror whose offer conforming to the solicitation represents the best value and most advantageous to the government, price and other factors considered. The government will evaluate Technical with the offeror s documentation submitted with the proposal (see xiii below). The government will evaluate Past Performance by reviewing the offeror s past performance records found in government past performance record systems and other past performance records found for the offeror. Price analysis will be conducted to determine if the offeror s proposed price is fair and reasonable. (x) Offerors who have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses within FAR 52.212-5 applicable to the solicitation include: 52.203-6, Restrictions on Subcontractor Sales to the government, 52.203-17, Contractor Employee Whistleblower Rights, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-27, Prohibition on a ByteDance Covered Application, 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, 52.209-6, Protecting the government s interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, 52.219-14, Limitations on Subcontracting, 52.219-16, Liquidated Damages-Subcontracting Plan, 52.219-28, Post-Award Small Business Program Representation, 52.219-33, Nonmanufacturer Rule, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Equal Opportunity of Veterans, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-37, Employment Report on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-50, Combating Trafficking in Persons, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-5, Trade Agreements, 52.225-13, Restrictions on Certain Foreign Purchases, 52.229-12, Tax on Certain Foreign Procurements, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, and 52.242-5, Payments to Small Business Subcontractors (xiii) This acquisition includes additional submission requirements. Other additional submission requirements are: This solicitation includes FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The offeror must have completed the provision on-line at the System for Award Management (SAM) prior to providing an offer. This solicitation includes FAR provision 52.209-7, Information Regarding Responsibility Matters. The offeror must have completed the provision on-line at SAM prior to providing an offer. This solicitation includes FAR provision 52.211-6, Brand Name or Equal. Offerors should include descriptive literature for proposed alternative items. This solicitation includes FAR provision 52.225-6, Trade Agreement Certificate. The offeror is to complete the certificate and return a copy with their offer. Negative responses are a required submission. This solicitation includes FAR provision 52.237-1, Site Visit. A formal site visit is not scheduled for this requirement. This solicitation includes FAR clause 52.219-9, Small Business Subcontracting Plan, and VAAR clause 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements. If contract award is to be made to a large business, the offeror/contractor must submit a subcontracting plan within seven (7) days from the award notification. If no subcontracting opportunities are available for the requirement, the offeror/contractor must describe within their offer why they are not available. Offeror must submit the following for evaluation of the offeror s Technical Capability: Offeror must provide proposed delivery times for routine orders, same day routine orders, and same day emergency/STAT orders. (PWS, 1.3.1.1) Offeror must offer the radiopharmaceuticals listed in the PWS (PWS, paragraph 2, and the price/cost schedule) Offeror must describe the proposed software (PWS, 1.3.7.) Offeror must provide a copy of their laboratories current Quality Control Plan (PWS, 1.4.2.1) Offeror must provide copies of their NRC, RAM, and FDA licenses (PWS, 1.5.1) Offeror should complete page 1 of the attached SF1449; block 12, discount terms, if applicable; blocks 17a., Contractor/Offeror information; and blocks 30, 30a. -Signature of the Offeror/Contractor; 30b., Name and Title of the signer; and 30c. Date signed. Offerors are to provide pricing with their offer. Offerors may complete the price/cost schedule in the attached SF1449, Excel spreadsheet, or may provide pricing in their own format (Microsoft or PDF document). The quantities described in the price/cost schedule are estimated annual quantities. The guaranteed minimum award amount for the contract is $10,000.00. The government does not guarantee that it will place any orders under the contract in excess of the guaranteed minimum award amount. The government is only obligated for the quantities that are requested, delivered, or performed. Failure to provide all of the submission requirements may determine the offerors proposal to be non-compliant to the solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 11 July 2024, 3:00 PM CST. Offers must submitted by email to Vance Farrell at vance.farrell@va.gov. Due to email constraints by the VA, it is requested that emails sent to the POC be no larger than 12MB in size. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. If needed, submit the proposal content in multiple emails. (xvi) Questions regarding information in the solicitation must be submitted in writing to the solicitation Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. It is requested that all questions be submitted no later than 28 June 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f6ec7b104a6040ee80c1a3d0401e59cd/view)
 
Place of Performance
Address: Department of Veterans Affairs Central Texas Veterans Health Care System Radiology 1901 Veterans Memorial Dr., Temple, TX 76504-7451, USA
Zip Code: 76504-7451
Country: USA
 
Record
SN07104494-F 20240623/240621230109 (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.