DOCUMENT
65 -- Radiopharmacuetical for the West Texas VA HCS - Attachment
- Notice Date
- 9/21/2011
- Notice Type
- Attachment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;El Paso Contracting Office (138-90C);Carlos Leon, Contracting Officer;5001 N Piedras Street;El Paso TX 79930-4210
- ZIP Code
- 79930-4210
- Solicitation Number
- VA25811RP0750
- Response Due
- 9/23/2011
- Archive Date
- 12/22/2011
- Point of Contact
- Carlos Jaquez, Contract Specialist
- E-Mail Address
-
carlos.jaquez@va.gov
(Contract)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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; proposals are being requested and a written solicitation will not be issued. VA-258-11-RP-0750 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This solicitation will be 100% Small Business Set Aside and the associated North American Industry Classification System (NAICS) code for this requirement is 325412 with a size standard of 750 employees. Items being procured: Attachment 2 - Schedule of Supplies. Scope of Contract: This solicitation will result in a firm-fixed price contract for radiopharmaceuticals for the Nuclear Medicine Department located in the West Texas VA Health Care System. Prices awarded will remain in effect for the contract period without an increase in price. Projected start date shall be October 1, 2011. See attachment 1 - Scope of Work. Period of Performance: Base Year: 10/01/2011 to 09/30/2012 Option Year One: 10/01/2012 to 09/30/2013 Option Year Two: 10/01/2013 to 09/30/2014 The provision at 52.212-1, Instructions to Offeror's-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS All questions must be in writing & emailed carlos.jaquez@va.gov. All questions must be received no later than September 23, 2011 at 2:00 PM EDT. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. File #1, File # and File #3 must be submitted electronically to carlos.jaquez@va.gov. Submittal Instructions: Submit the following in three separate files. 1.File #1: Schedule.doc a.Cover letter titled "Schedule RFP VA-258-11-RP-0750" b.Complete Schedule of Supplies on Attachment 2. c.Provide CLIN itemized and grand total pricing. 2.File #2: Technical_Proposal.doc a.Cover letter titled "Technical Proposal RFP VA-258-11-RP-0750" b.The Technical Proposal document should follow the sequential order identified in "FAR 52.212-2 Evaluation-Commercial Items". c.Each item in the Technical Proposal document must be clearly identified by its corresponding number and description. d.NO PRICE INFORMATION SHALL BE INCLUDED IN THE TECHNICAL PROPOSAL (File #2). 3.File #3: Past_Performance.doc a.Cover letter titled "Past Performance RFP VA-258-11-RP-0750" b.The Past Performance document shall include the information found on Attachment 3. Note: Each document shall be submitted separately. The provision at 52.212-2, Evaluation-Commercial Items applies and the specific evaluation criteria to be included in paragraph (a) of that provision includes: (a) 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. The following factors shall be used to evaluate offers: TECHNICAL ACCEPTABILITY, PAST PERFORMANCE AND PRICE 1.Technical acceptability: Technical capability and compatibility of the items offered to meet the Government's requirement. 2.Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. TECHNICAL PROPOSAL: The technical proposal is to include the following. (All the following items SHALL be addressed in the proposal or it will be considered "non-responsive" and will NOT be considered for award) 1.Current unrevoked copy of Radioactive Material License. 2.Capable of delivery radiopharmaceuticals within delivery time constraints listed in Scope of Work, for both Normal Ordering and Emergency Ordering. 3.Restriction on the amount or type of isotopes available daily. PAST PERFORMANCE: Offeror must submit at least three relevant past performance references to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Use Attachment 3 - Past Performance Information. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) EVALUATION PROCESS Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or equal requested. Award will be on an "all or none" basis; the offeror shall submit prices on all CLINs. (a)The following ratings will be used in evaluation offerors proposal: Acceptable - To receive this rating, the offeror shall present a proposal that clearly and comprehensively addresses the technical acceptability factor. The offeror shall provide sufficient details for the Government to determine that the items offered satisfactorily meet the minimum requirements of the solicitation. The proposal shall clearly demonstrate that the offeror fully understands and is capable of performing the requirement for the total proposed price indicated in its proposal. Unacceptable - An unacceptable rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: (1) Fails to clearly and comprehensively address each of the factors. (2) Fails to provide sufficient detail for the Government to determine whether the proposal satisfactorily meets the minimum requirements of this solicitation in addressing the factors. (3) Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. Award will be made using the lowest-price, technically-acceptable source selection process. Award will be made to the offeror that presents the proposal that possesses all of the following characteristics: (1) meets the acceptability standards for non-price factors, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) Offeror (5) has the lowest price of those offerors meeting the first four characteristics listed here. Offerors shall be registered in Central Contractor Registration (CCR) data base located at http://www.ccr.gov. Offers shall be registered in the Offeror Representations and Certifications-Commercial Items at https://orca.bpn.gov OR a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following clauses and provisions are included in this solicitation: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there is no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and no additional FAR clauses cited in the clause are applicable to the acquisition. 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011), 52.216-18 ORDERING (OCT 1995), 52.216-19 ORDER LIMITATIONS (OCT 1995), 52.216-22 INDEFINITE QUANTITY (OCT 1995), 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984), 52.224-2 PRIVACY ACT (APR 1984), 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984), 52.242-13 BANKRUPTCY (JUL 1995), VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008), VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009), VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009), VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984), VAAR 852.246-71 INSPECTION (JAN 2008), VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008), 52.216-1 TYPE OF CONTRACT (APR 1984), 52.225-18 PLACE OF MANUFACTURE (SEPT 2006), 52.233-2 SERVICE OF PROTEST (SEP 2006), 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008), VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008), VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998), VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008), VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003), The full text of clauses and provisions can be found at http://acquisition.gov/comp/far/ RFP DUE DATE: Responses to this solicitation shall be vial electronic submission to Carlos Jaquez at carlos.jaquez@va.gov on or before September 23, 2011 at 6:00 PM ET.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25811RP0750/listing.html)
- Document(s)
- Attachment
- File Name: VA-258-11-RP-0750 VA-258-11-RP-0750_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260123&FileName=VA-258-11-RP-0750-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260123&FileName=VA-258-11-RP-0750-000.docx
- File Name: VA-258-11-RP-0750 S02 ATTACHMENT 1 SCOPE OF WORK.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260124&FileName=VA-258-11-RP-0750-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260124&FileName=VA-258-11-RP-0750-001.DOCX
- File Name: VA-258-11-RP-0750 S02 ATTACHMENT 2 SCHEDULE OF SUPPLIES.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260125&FileName=VA-258-11-RP-0750-002.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260125&FileName=VA-258-11-RP-0750-002.DOCX
- File Name: VA-258-11-RP-0750 S02 ATTACHMENT 3 PAST PERFORMANCE INFORMATION.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260126&FileName=VA-258-11-RP-0750-003.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260126&FileName=VA-258-11-RP-0750-003.DOCX
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-258-11-RP-0750 VA-258-11-RP-0750_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260123&FileName=VA-258-11-RP-0750-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;West Texas VA Health Care System (519);Nuclear Medicine;300 W Veterans Blvd;Big Spring, TX
- Zip Code: 79720-5566
- Zip Code: 79720-5566
- Record
- SN02587270-W 20110923/110922001257-2339573fa53912ff783f8e012742ab5c (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 |