SOLICITATION NOTICE
65--65 -- Brachytherapy seeds
- Notice Date
- 8/2/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), Supply Building #27, Hampton, Virginia 23667
- ZIP Code
- 23667
- Solicitation Number
- 246-07-02785
- Response Due
- 8/30/2006
- Archive Date
- 9/29/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with the commercial item procedures in FAR Part 12. The solicitation is being issued as a Request for Quotation (RFQ). The solicitation number is RFQ is 246-07-02785. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The NAICS is 325411 and the small business size is 750 employees. Items will be purchased by and delivery will be made to the Department of Veterans Affairs Medical Center, ATTN: Radiology Service, Room F3248, 508 Fulton St, Durham, NC 27705. Offeror?s proposals are hereby being requested in response to the requirements under a firm-fixed price contract for the base year plus two additional option years and shall be submitted on offeror?s letterhead or bid form and shall contain the name, title, and signature of the person authorized to submit proposals on behalf of the contractor. Award will be made on an all or none basis. Quotes are to be provided for the following prostate seeds: (1) 100 each Iodine-125 (loose seeds) (2) 2400 each Iodine -125 seeds (pre-loaded). The pre-loaded I-125 seeds must be in Bard Brachystar 18g needles with Ultraglide finish and IsoSleeve delivery system or equivalent. The I-125 seeds must have a radioactivity between .2 and .8mCi of activity at time of receipt. (3) For stranding for preloaded length (seed and spacer) of more than 1.5 cm. (4) Disposal charge for accumulated seeds (5) ____% of credit of original order for returned orders due to medical necessity. Contractor will provide an approved shipping container, all shipping labels and tracking papers for return of unused seeds. Individual unused seeds will be accumulated and returned at least quarterly. Shipping charges for accumulated seeds will be paid by the contractor. Unused orders will be returned to the contractor within three workdays of receipt of a return shipping container as described above and with an appropriate order cancellation credit. Shipping charges for return orders will be prepaid by the contractor. Each pre-loaded seed order will be accompanied by a vendor supplied seed assay by a nationally recognized protocol as required by NRC regulations. Order cancellation: orders canceled prior to shipment by the contractor will be subject to 100% credit. Orders canceled after shipment due to documented medical necessity will be subject to credit not less than 50% of the order value with the percentage to be specified by the contractor. The quantities are estimated. Delivery orders indicating the type of packaging required for returned seeds will be placed on an as needed basis. Quotes shall be valid for 30 days from the offer due date. All responses must include the following: (1) descriptive literature and product number for the item offered proving the product offered meets the above requirements (2) delivery system (3) delivery time after receipt of order (4) price. The following provisions and clauses apply to this solicitation: 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offeror-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.233-2 Service of Protest, 852.233-70 Protest Content, 852-233-71 Alternative Protest Procedure. Award will be made to the offeror whose product meets the requirements listed above and is most advantageous to the Government. The Government intends to evaluate the information received and award without discussions. Offers including the pricing information are to be submitted on company letterhead and include the information required in provisions 52.212-1 and a completed copy of the provisions 52.212-3 Offeror Representations and Certifications-Commercial Items. In accordance with FAR 52.204-7 award will be made only to a contractor/company that is registered in the Central Contractor Registration (CCR). Electronic copies of the referenced provisions and clauses are available on the internet at http://www.acquisition.gov/comp/far/index.html (FAR) and http://vaww1.va.gov/oamm/acquisitions/ars/policyreg/vaar/index.htm (VAAR) or fax a request to 757-728-3132. Quotations and all required information must be received by August 30, 2006, 12:00PM local time. Quotations shall be submitted to Barbara Simmons, Contracting Officer (90C), VA Medical Center, Hampton, Va. 23667. No faxed or e-mail offers will be accepted Solicitation number RFQ 246-07-02785 shall be listed on the documents submitted for identification purposes. Only offers prepared in accordance with the above shall be considered.
- Place of Performance
- Address: Durham, North Carolina
- Zip Code: 27705
- Country: United States
- Zip Code: 27705
- Record
- SN01104127-W 20060804/060802220628 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |