Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
DOCUMENT

65 -- Radiopharmaceutical - Attachment

Notice Date
5/30/2012
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation 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
VA26112Q0973
 
Response Due
6/22/2012
 
Archive Date
8/21/2012
 
Point of Contact
Teena Glasper
 
Small Business Set-Aside
N/A
 
Description
This document 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, proposals are being requested, and a written solicitation will not be issued The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to the date listed in FBO will be considered by the Government. The NAICS code is 325412 and the size standard is 750 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN w/DESCRIPTION 0001 Contractor shall: 1.Supply Routine and Non-routine Radiopharmaceuticals for the VA Central California Health Care System on a daily basis. (Please see Attachment 1 - Item List, for radiopharmaceuticals with estimated quantities.) Provide doses of the previously-mentioned pharmaceuticals in accordance with daily orders that will usually be in accordance with the doses on Attachment 1, but may be altered due to authorized physician's orders and specific standing orders. 2.Have processes in place to ensure timely and flexible delivery of radiopharmaceuticals. Contractor shall deliver the first daily delivery of routine pharmaceuticals before the beginning of the workday (before 8:00 AM, Monday - Friday, excluding Federal holidays) following the day that the order is placed. Contractor may deliver subsequent routine daily deliveries at contractor's convenience as long as the delivery arrives before the next patient's appointment arrival-time as indicated on the dose order form. We would prefer doses arrive 15-30 minutes before the next-patient appointment time since patients often arrive early. 3.Provide a packing list with each delivery that correlates with each invoice and is consistent with the recordkeeping requirements of 10 CFR 35.2063, indicating not less than the radiopharmaceutical, the patient's name when provided, the ordered dosage at the calibration date and time. Have processes in place to protect patient identity and confidentiality. 4.Supply the previously-mentioned radiopharmaceuticals within one (1) hour of order for any items indicated as "1 Hour" in the expedited delivery column and on the same day as ordered for any items as "Same Day" in the expedited delivery column. This paragraph applies only to deliveries specifically ordered as expedited. The parties may bi-laterally agree to a different delivery date/time. 5.Be USP-797 compliant and provide FDA compliant products (not just radiochemical compliant), for patient safety and compliance with VHA Blood Tagging Directive. Contractor must maintain continuous certification with State of California for Sterile Compounding permit. 6.Have a redundant process in place that allows turnaround time for USP-797 compliant White Blood Cell tagging within about 4-5 hours: this includes same-day kit delivery, blood pickup, tagging, and then redelivery of tagged blood by or before about 4:00 PM. 7.Have a dual supply system for Technetium generators to assure supplies during periods of radioactive-material shortages. Have regional backup that is capable of supplying all required radiopharmaceuticals in the event of unforeseen local supply disruption. 8.All contractor personnel requiring access to VA Facilities must meet the security background check requirements including completing a NACI type investigation and submitting a SF 85. The VA reserves the right to bar any contractor personnel from its premises. Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITYALL Period of performance: Base Year 1: October 1, 2012 to September 30, 2012, with four (4) option years. DELIVER TO: VACCHCS Nuclear Medicine Dept. Rm E312 2615 E. Clinton Ave Fresno, CA 93703 Offers are due electronically to teena.glasper@va.gov no later than the date listed on FBO. Only electronic offers will be considered. Evaluation Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, offeror that meets the following salient characteristics. Lowest price will be determined by using the pre-set formula in the attached item list. The offeror with the lowest estimated grand total shall be considered to have the lowest price. 1.Meet the requirements in CLIN 0001 Additional Instructions to Offerors: (a) Offerors must provide pricing for normal and expedited orders for each radiopharmaceutical identified in CLIN 1 and Attachment 1 - Item List. Offerors must use Attachment 1- Item List to provide their pricing. (b) In order to be considered for award, offerors 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, if any; (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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate 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. (End of Provision) SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2012) For the purposes of this clause, items (b) 4, 6, 8, 10, 23, 26-33, 38, 39, 42, and 48 are considered checked and apply. FAR 52.223-3 Hazardous Material Identification and Material Safety Data-Alternate I (Jul 1995) FAR 52.223-7 Notice of Radioactive Materials (Jan 1997) For the purpose of this clause, the fill-in is "7 Days." The Contracting Officer's designee for the purposes of the clause is TBD. FAR 52.232-18 Availability of Funds (Apr 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2012): Offerors must return this provision with their proposal. They 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. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112Q0973/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-12-Q-0973 VA261-12-Q-0973.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=351586&FileName=VA261-12-Q-0973-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=351586&FileName=VA261-12-Q-0973-002.doc

 
File Name: VA261-12-Q-0973 S01 ATTACHMENT 1_RADIOPHARM LIST.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=351587&FileName=VA261-12-Q-0973-003.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=351587&FileName=VA261-12-Q-0973-003.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02761255-W 20120601/120530235717-844ecec4a4bbeb18bc8af28f98456949 (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.