Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
DOCUMENT

65 -- Radioisotopes - Attachment

Notice Date
8/19/2011
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26111RQ0632
 
Response Due
8/31/2011
 
Archive Date
10/30/2011
 
Point of Contact
Teena Glasper
 
E-Mail Address
Glasper@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 commercial items procedures of FAR Part 12. NAICS code is 339112, size standard is 500 employees. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011, and VAAR rewrite dated 12/08/2009. Only electronic offers will be accepted. Offers must be submitted to Teena.Glasper@va.gov on August 31, 2011 by 10 AM PDT. INSTRUCTIONS TO OFFERORS An offer shall be considered complete if it includes the technical capability for other than brand name, price quote and required documentation in accordance with instructions provided herein. Offers that fail to furnish the required documentation may be excluded from consideration. As a minimum, offers must include- 1.All "Equal" items must include additional technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, if necessary. This may include product literature, or other documents. 2.Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. 3.Contact information, Name, Phone Number, Fax Number and email address 4. Mailing address and Remit to address, if different than mailing address 5.Acknowledgment of Solicitation Amendments 6.Offeror's Federal Tax ID Number; 7.Offeror's DUNS number 8.Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) PRICE/COST SCHEDULE Please Read: All line items are designated Brand Name or Equal. If you are not quoting on the Brand Name please list the manufacturer, brand name, part/model number and technical description for each item quoted. Please provide a unit price, extended cost and grand total for the all items. The grand total must be inclusive of shipping cost. The Brand Name is GE Healthcare. ITEM NO. DESCRIPTION QTY UNIT ESTIMATED OR STOCK NO. UNIT COST ----------------------------------------------------------------------------- 1 General Electric Radioisotopes for patient care. See Attached SOW. 1 Lump Sum $________ Grand Total $=================== DELIVERY Offeror's proposed delivery date:____________________ Days ARO FOB Destination. All shipping charges must be included in price of items. Requested delivery date is 30 days after receipt of order (ARO). SHIPPING ADDRESS:VA MEDICAL CENTER 4150 Clement Street San Francisco, CA 94121 SOLICITATION PROVISIONS/CONTRACT CLAUSES: 1.FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). 2.FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): 3.FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010). 4.FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (August 2011) For the purposes of this clause items (b) 1, 4, 6, 7, 9, 13, 21, 24, 25, 26, 27, 28, 29, 30, 31, 36, 39, 40 and 46 are considered checked and apply. 5.FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) 6.FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in's are https://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ respectively. 7.FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998); for the purpose of this clause, the fill-in's are https://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ respectively. 8.VAAR 852.203-70 Commercial Advertising (Jan 2008) 9.VAAR 852.211-70 Service Data Manuals (NOV 1984) (a) 811.107(a) 10.VAAR 852.246-71 Inspection (Jan 2008) 11.VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008) 12.VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) 13.VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) To the maximum extent practicable, offerors are encouraged to respond to this solicitation using pre-existing materials (such as brochures, catalogs, marketing documents) rather than creating new documents. (e) Offerors shall annotate the salient characteristics listed above to indicate the location of the relevant information used to meet the specification (document name and page number). (f) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a)Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule. The Government will award to the lowest priced, responsible, technically acceptable offeror. STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Statement of Work - GE Healthcare Radiopharmaceutical Supplies 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work, except as may otherwise be specified. 3. Background: Radiopharmaceuticals are used as a diagnostic tool in the evaluation of organ function and certain disease processes. They are also used in the treatment of certain conditions including but not limited to Hyperthyroidism (Grave's disease), Thyroid cancer, and palliation of bone pain due to metastatic prostate cancer. 4. Performance Period: For time period covering FY 2012 (Oct 1, 2011 through Sept 30, 2012) Normal working hours for the Nuclear Medicine Service at VAPAHCS are Monday through Friday, 7:30 a.m. through 5:30 p.m. Services may be required after normal operating hours during the week and on weekends and holidays for emergency patient care. See Section F for list of observed Federal Holidays. B. GENERAL REQUIREMENTS Anticipated Supplies required based on 9 months usage in FY 2011 (Oct 1, 2011 through June30, 2011): I123 Adreview, 6 - 10 mCi: 8 doses I123 NaI, 200 uCi capsule: 77 capsules I131 NaI, therapy capsules, 1 - 200 mCi: 5 capsules In111 Chloride, 0.5 - 5mCi: 1 dose In111 DTPA, 0.5 mCi: 1 dose In111 Octreoscan, 1 - 25 mCi: 15 doses In111 labeled WBC, 0.5 mCi: 7 doses Tc99m DMSA, 1 - 5 mCi: 3 doses Tc99m DTPA aerosol, 50 mCi: 55 doses Tc99m MAA, 1 - 6 mCi: 55 doses Tc99m MAG3, 10 mCi vials: 215 doses Tc99m MDP, 25 mCi: 330 doses Tc99m Mebrofenin, 5 - 10 mCi: 8 doses Tc99m Sestamibi, 10 - 30 mCi: 30 doses Tc99m Sulfur Colloid, 0.25 - 5 mCi: 140 doses Tc99m Tetrofosmin, 1 - 30 mCi: 4100 doses Tc99m NaTcO4, 1-30 mCi: 50 doses Tc99m NaTcO4, 3-300 mCi vials: 18 vials The contractor agrees to provide prepared single unit doses of radiopharmaceuticals and associated materials to VAPAHCS as ordered and at the agreed upon price. Orders shall be placed each day (Monday through Friday by 4:30PM) for delivery the next business day (Monday through Friday). Due to the demands of the Medical Center patient care requirements, contractor shall provide 2 routine deliveries at no charge. For additional orders placed during normal business hours for same day delivery, deliveries must arrive within 60 minutes of order placement. Additional orders placed after normal business hours for same day delivery must arrive within 120 minutes of order placement. In the event that the requirements may be determined in advance, a longer delivery time may be scheduled accordingly. Proposals will be considered only from Offerors who are regularly established in the business that is called for, and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of the reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES 1.Contractor must be licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing radiopharmaceuticals. Offeror must provide copies of licenses and certifications along with quote to the Contracting Officer. 2.Contractor shall have available an adequate supply of contract products to meet the requirements of the VAPAHCS at its distribution points. 3.Contractor shall label all supplies as to the amount of radiopharmaceutical, preparation time, expiration time, date, etc. compliant with nuclear medicine information system. 4.All packaging of radioactive material MUST BE clearly labeled RADIOACTIVE on the outside of the shipping carton. 5.Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies and Joint Commission. 6.Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, FDA, OSHA and all other agency rules and regulations (Federal and State). 7.Contractor shall accept returns for credit under the following conditions: a. Product(s) ordered or shipped in error. b. Product(s) damaged in shipment c.Concealed shipping damages d.Recalled product(s) e.Outdated products in unopened, original container (specifically authorized for return by manufacturer). E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES N/A F. SCHEDULE FOR DELIVERABLES Orders can be placed by the VAPAHCS via telephone, fax, or e-mail. The following Federal Holidays are observed: New Year's Day Birthday of Martin Luther King, Jr. (day of observance) Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Delivery of supplies by the scheduled date will be complete except as otherwise authorized by the Ordering Personnel. Radiopharmaceuticals shall be delivered to: Bldg 100, Rm E1-340 located within the Nuclear Medicine Department VAPAHCS 3801 Miranda Ave. Palo Alto, CA 94304 If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to notify the VAPAHCS Nuclear Medicine Service by phone or in writing as soon as is feasible. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS N/A I. TRAVEL N/A J. GOVERNMENT RESPONSIBILITIES The Nuclear Medicine Service of the VAPAHCS shall ensure that: "The specification of the Product (radiopharmaceutical) is safe for the intended use "The products are handled in a safe manner, and "Any waste originating from the Products is disposed of in accordance with any relevant regulations. K. CONTRACTOR EXPERIENCE REQUIREMENTS N/A L. CONFIDENTIALITY AND NONDISCLOSURE N/A M.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26111RQ0632/listing.html)
 
Document(s)
Attachment
 
File Name: VA-261-11-RQ-0632 VA-261-11-RQ-0632.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=239655&FileName=VA-261-11-RQ-0632-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=239655&FileName=VA-261-11-RQ-0632-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02541367-W 20110821/110819234842-84eb2b4253a96c2e64db9b86b2f39e02 (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 |
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.