DOCUMENT
65 -- Radiopharmaceuticals Contract for Nuclear Medicine - Attachment
- Notice Date
- 12/13/2012
- Notice Type
- Attachment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24913R0155
- Response Due
- 12/28/2012
- Archive Date
- 3/28/2013
- Point of Contact
- Phon Phasavath
- E-Mail Address
-
400<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Veterans Administration Medical Center Mountain Home TN, is conducting market research through this sources sought notice to seek potential sources that are the following: HuBZone Small Business Concern; Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); Veteran Owned Small Business Concern (VOSBC); Small Business Concern, for Radiopharmaceuticals to be delivered to Veterans Administration Medical Center Mountain Home TN. Requirement: This requirement is a standing order for radiopharmaceuticals to be delivered (4) times daily to the Nuclear Medicine Staff of VAMC Mountain Home TN. This requirement is for a base of (6) months plus (4) one year options through September 30, 2017. Deliveries will be made between the hours of 7:00 to 4:00 weekly, by order on weekends, and holidays. Offerors must be able to make emergency deliveries within 45 minutes of order placement to include weekend hours and holidays. The daily schedule consists of 20-30% emergency orders. All radiopharmaceuticals must be delivered in lead-shielded containers, labeled concentration, calibration, time, total volume and total activity. Delivery personnel must be licensed to transport hazardous material and must be able to provide proof of license. More detail is displayed in the attached Statement of Work. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. CCR: Interested parties should register in the System for Award Management at https://www.sam.gov/portal/public/SAM/ Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to phon.phasavath1@va.gov or via fax to (615) 225-5431 (Attn: Phon Phasavath -Supply) no later than 28 December 2012 at 12:00 AM, Eastern Time with the following information/documentation: 1. Name of Company, Address and DUNS Number and all NAICS code. 2. Point of Contact and Phone Number. 3. Business Size along with documentation applicable to the stated requirement: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern (SBC). 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small. d. If claiming Small Business status, provide documentation to show the business is small. 4. Capability Statement to max of (2) pages in addition, address the following questions: a.Have you performed this service or similar service in the last 3 years on contracts valued at $1.0 to $3.0 million? b.What is your average response time for emergent orders? c.Are you able to provide any of not all of the items listed? Please annotate which items your company can provide. d.Are your drivers hazmat licensed? STATEMENT OF WORK RADIOPHARMACEUTICALS - VAMC - MOUNTAIN HOME / NUCLEAR MEDICINE 1.SCOPE/DELIVERY: "All orders are will be agreed upon between the offeror and the Department of Veterans Affairs prior to shipment. "No delivery charge shall be made for additional deliveries during normal working hours, 7:00a.m. -4:00p.m. "Offeror will provide the VAMC - Mountain Home with four scheduled deliveries per day at no charge. "Requests for emergency doses shall be delivered within 45 minutes of placing the order. Emergency and priority studies consist of 20% -30% of the daily schedule. Radioactive shipments prepared in advance to anticipate emergency or routine studies are not acceptable. "Any substitutions of product shall have the written approval of the VA Nuclear Medicine Service and the Contracting Officer or his/her designee. "All defective or inferior products shall be replaced within 2 hours at no costs to the VA. "It is the Contractor's responsibility to provide the VA with recall notices on any product that has been delivered to the VA that may be defective. Notification shall be made to the Contracting Officer via the most expedient method. "The first daily delivery shall be made to Nuclear Medicine (Room L254) by 7:00 a.m. unless prior authorization arrangements have been made. Subsequent deliveries will likewise be made as described above as needed. "Weekend (Saturday/Sunday) and all Federal Holiday (or any other day specifically declared by the President of the United States to be a national holiday) deliveries shall be made by contacting the Veterans Medical Center Police to unlock the Nuclear Medicine Department (Room L 254) for placement of the packages. "All unit dose radiopharmaceuticals delivered must have a bar code with it so the dose can be scanned into the department's dose tracking system that it owns. "All radiopharmaceuticals shall be delivered in unit dose form in lead-shielded containers. Plastic shrink wrap fitted at union of container cap and base to ensure proper seal. Federal Holidays: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 2.PERFORMANCE/QUALITY: "Contractor shall provide evidence of special driver's licenses (competency) due to transporting hazardous materials. Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, F.D.A., OSHA and all other agency rules and regulations (Federal and State). "Contractor shall test all products for Quality Control periodically and only those products that pass quality control may be sent to the VA. This testing shall be performed at no cost to the VA. The contractor will provide a detailed description of the test upon request. "All products are purchased subject to acceptance by the VA, Nuclear Medicine Service. Products that fail to meet Quality Control criteria of Nuclear Medicine will not be accepted. Products will be rejected and may be discarded if found unsatisfactory by the Nuclear Medicine's Quality Control when they are received, or later if deterioration of the product occurs before the expiration date. The VA will not be financially liable for unacceptable materials. "All products shall be tested for Quality Control by the supplier and only those products that pass Quality Control may be sent to the VA Nuclear Medicine Service. The supplier will demonstrate documentation of Quality Control performance of any item upon request of the VA Nuclear Medicine Service. "Contractor shall pick up scheduled items, used and unused, for proper disposal. "The contractor will provide a quarterly linearity source at no charge. The activity requested can range from 25 to 300 mCi. "Contractor will perform quality control on each agent dispensed. Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. "Contractor shall provide leukocyte and platelet labeling services including weekends (if required). If the volume warrants, leukocyte and platelet labeling will be available as a same day service. "All radiopharmaceuticals shall be calibrated and labeled with concentration, calibration, time, total volume, total activity, lot number and prescription number. "All technetium products shall be tested for molybdenum contamination and the amount of molybdenum present shall be stated. "Product information including supplier's source of radiopharmaceuticals, package inserts, results of quality control testing performed by supplier and copies of supplier's license and procedures shall be provided at no additional charge. "The VA Staff of Nuclear Medicine Technologists who will be authorized to place telephone orders will be provided under the resultant contract. "Contractor/supplier shall abide by (CFR 10) Title Code of Federal Regulations, which states: a Licensee may use for medical use only: (a)By-product material manufactured, labeled, packaged and distributed in accordance with a license issued pursuant to the regulations in Title 10, Code of Federal Regulations, Part 35 and the equivalent regulations of an Agreement State. (b)Reagent kits that have been manufactured, labeled, packed and distributed in accordance with the approval by the Commission pursuant to S32.73 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use. "Contractor shall meet all Nuclear Regulatory Commission (NRC), Department of Transportation, F.D.A., OSHA and all other agency rules and regulations (Federal and State). Contractor must be NRC certified. 3.ADVISORY CONSULTATION AND INVOICING: "Contractor shall be paid monthly, in arrears, upon submission monthly of a properly prepared invoice for services/supplies during the period. Said invoices will be reviewed by the Contracting Officer's Technical Representative (COTR) for accuracy and any discrepancies corrected and a new invoice issued before payment is issued. All invoices will include the contract number, date of services, name of patient, and an itemized listing of charges. "Nuclear Medicine shall be provided with copies of invoices. "Contractor shall not add to the invoice the cost of overages. Any cost to replace damaged or incorrect products will be at the cost of the contractor. Replacements shall be received within 2 hours of notification by the VA. "Consultation service regarding radiopharmaceutical applications, problems, controls, etc., shall be provided upon request at no charge. 4. SPECIAL CONTRACT REQUIREMENTS 1. The contractor will be required to attend a Post Award Orientation Conference prior to start of work. The purpose of the conference is to aid both Government and contractor personnel to (1) achieve a clear and mutual understanding of all contract requirements, and (2) identify and resolve potential problems. It is not a substitute for the contractor's fully understanding the work requirements at the time offers are submitted, nor is it to be used to alter the final agreement arrived at in any negotiations leading to contract award. The date, time, and location of the conference shall be schedule by the Contracting Officer. The conference may be conducted via teleconference if deemed appropriate. 2. QUALIFICATIONS: Personnel assigned by the contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. The qualifications of such personnel shall also be subject to review by the VA Chief of Staff and approval by VA Facility Director. 3. PERSONNEL POLICY: The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel. Worker's compensation Professional liability insurance Health examinations: Income tax withholding, and Social Security payments. The parties that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the contractor. LIST OF REQUIRED RADIOPHARMACEUTICALS MOUNTAIN HOME TN 1Sodium Pertechnetate Tc 99M, U.D. 2Sodium Pertechnetate Tc99M per mCI 3Sodium Pertechnetate Tc99M Flood 4HDP Tc99M 5PYP Vial 6Kinevac Vial 7MAA Tc99M 8Sulfur Colloid Tc99M 9DTPA Tc99M 10MAG 3 Tc99M 11Choletec Tc99M 12Ceretec Tc99M WBC 13Co-57 Flood 15 mCi 14Cardiolite Tc99M 15Thallous Chloride TI-201/mCI 16Sodium Iodide, 1-123, 200uCi 17Sodium Iodide, 1-131, 1 ° mCi 18Each additional mCi 19Gallium Citrate GA-67/mCi 20In-111 Octreoscan 21Hepatolite-TC99m 22Mebrofenin-Tc99m
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913R0155/listing.html)
- Document(s)
- Attachment
- File Name: VA249-13-R-0155 VA249-13-R-0155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=553173&FileName=VA249-13-R-0155-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=553173&FileName=VA249-13-R-0155-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-13-R-0155 VA249-13-R-0155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=553173&FileName=VA249-13-R-0155-000.docx)
- Place of Performance
- Address: VAMC Mountain Home TN;Veterans Way & Lamont Street;Mountain Home TN
- Zip Code: 37684
- Zip Code: 37684
- Record
- SN02948062-W 20121215/121213234203-df5c50a63fc5100bde8379d1d035f973 (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 |