Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2013 FBO #4163
DOCUMENT

Q -- Radiopharmaceutical Service - Lebanon, PA - Attachment

Notice Date
4/16/2013
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Lebanon VAMC;Acquisitions (Bldg 19);1700 South Lincoln Ave;Lebanon PA 17042-7529
 
ZIP Code
17042-7529
 
Solicitation Number
VA24413R0740
 
Response Due
4/29/2013
 
Archive Date
5/29/2013
 
Point of Contact
Ricky L Clark
 
E-Mail Address
272-6621
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE only. It is being presented to determine if there are two (2) or more capable Small Businesses that can perform the requirements for an anticipated contract. Responses to this notice will be used for information and planning purposes. No proposals are being requested or accepted with this notice. All capable Small Businesses should respond with a capability statement (Maximum of two (2) pages) along with projected pricing, to assist the Government in determining in accordance with (IAW) Federal Acquisition Regulation (FAR) 19.502-2(b) if a set aside is required. The VA Medical Center, Lebanon, Pennsylvania is conducting a market survey to determine the availability of qualified, technically capable small business, veteran-owned small business, service-disabled veteran owned small business (must be verified in VETBiz), HUBZone small business or 8(a) firms capable of providing Radiopharmaceutical supplies in support of the clinics, Nuclear Medicine Division. The anticipated contract will meet the demand for receipt, storage, warehousing, inventory management, packaging and shipment preparation, distribution and transportation for pharmaceutical products in support of all of the medical centers programs. It is the intent of this contract to have a supply of Radiopharmaceutical and related products readily available for shipment/transportation during normal and other than normal working hours as described in the Performance Work Statement (PWS). Offerors shall furnish and deliver F.O.B. Destination all items as listed in the "Schedule of Supplies and Services" Section of this solicitation, to the Lebanon VA Medical Center. It is anticipated that a requirements contract. The contractor must be licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing radiopharmaceuticals. Some of the objectives for this requirement are as follows: "Contractor shall ensure that orders placed each day (Monday - Friday by 6:30PM) for delivery the next day. "A second order may be placed each business day (by 10 AM) for same day delivery. "If additional isotopes (M/F or holidays/weekends) then a delivery charge shall be added to the cost of the radiopharmaceuticals. "Contractor shall provide an adequate supply of contract products to meet the requirements of Lebanon VA Medical Center as its distribution points. "Contractor shall provide 300001 NMIS. This includes software support as an active customer via telephone and/or online technical support. It would also include any software updates available throughout the duration of the contract. "Contractor shall label all supplies as to the type and amount of radiopharmaceutical, lot number, preparation time, expiration time, date, etc., and provide a bar labeled insert to allow scanning data into a nuclear medicine information management system. "Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. "Contractor shall meet all Nuclear Regulatory Commission (NRC), Department of Transportation, FDA, OSHA and all other agency rules and regulations (Federal and State). NRC must maintain all certifications throughout the performance of contract. Contractor must have current license. "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. "Contractor shall pick up scheduled items, used and unused, for proper disposal. "Contractor will perform quality control on each agent dispensed. "Contractor shall accept returns for credit under the following conditions: "a)Product(s) shipped in error. "b)Product(s) damaged in shipment "Concealed shipping damages "Recalled product(s) "Outdated products in unopened, original container (specifically authorized for return by manufacturer). "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. The anticipated contract will include a base year and four (4) Option Years. Complete details of the requirement will be included in the solicitation for this requirement. The following is a list of items required. Please note the quantity and items being presented to allow all respondents ensure that they have the capability to fulfill this requirement. The anticipated line items and quantities for the base year are as follows: Line item Quantity/Unit 1. Flood Source 1 each 2.DTPA Kit 6 each 3.Choletec Kit 6 each 4.MAA Kit6 each 5.MDP Kit6 each 6.Ultra-tag Kit6 each 7.Ga676 each 8.I 123 Thyroid capsule 26 200uCI cap 9.I 123 MIBG4 10mCi 10.I 131 capsule, imaging20 per mCi 11.I 131 capsule, therapy80 per mCi 12.In 111 DTPA1 per unit dose 13.WBC labeling, HMPAO16 per pt 14.WBC labeling, In1114 per pt 15.In 111 Octreoscan4 per unit dose 16.In 111 Prostascint1 per unit dose 17.Sm 153 Quadramet1 per unit dose 18.Tc 99m DMSA4 per unit dose 19.Tc 99m DTPA4 per unit dose 20.Tc 99m DTPA aerosol4 per unit dose 21.Sulfur colloid, filtered Lymphoscinitgraphy48 per unit dose 22.Tc 99m Choletec/mebrofenin52 per unit dose 23.Tc 99m MAA26 per unit dose 24.Tc 99m MAG352 per unit dose 25.Tc 99m MDP220 per unit dose 26.Tc 99m Sestamibi1200 per unit dose 27.Tc 99m Neurolite12 per unit dose 28.Tc 99m Sulfur Colloid12 per unit dose 29.Tc 99m pertechnetate, bulk120 per mCi 30.Tc 99m pertechnetate12 per unit dose 31.Tc 99m Linearity, 100 Mci4 per vial 32.TI 201 16 mCi 33.I 123 DaTscan12 per unit dose All services are to be performed in accordance with standard industry practices. Services shall include pick-up and delivery of items by contractor personnel. These services are in support of patient care programs. Services are required Monday through Friday and may include emergency (not schedule) and both primary and secondary deliveries based on the center needs. The applicable North American Industrial Classification System (NAICS) code is 325412 the small business size standard is $750 employees. Responses to this notice should include the following: 1. Offeror's company name, DUNS, address, point of contact, title, phone number and email address; 2.An Offeror's capability to meet this requirement and any pertinent information which demonstrates the firm's ability to meet the above requirements. All responses shall be submitted no later than 1200 (noon) EST, April 29, 2013. If via mail address to Contracting Department, VAMC Lebanon, 1700 South Lincoln Ave Lebanon, PA 17042, Attn: Ricky L. Clark. By E-mail: ricky.clark@va.gov. Facsimile or telephonic responses will not be accepted. Simply responding as an "interested party" in www.fbo.gov doesn't constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought notice. All interested parties are reminded to be registered with Central Contractor Registration (CCR) at http://www.ccr.gov in order to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/VA24413R0740/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-13-R-0740 0000 P02.Market Research Sources Sought Notice 02.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=709419&FileName=VA244-13-R-0740-0000000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=709419&FileName=VA244-13-R-0740-0000000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VAMC;1700 South Lincoln Ave;Lebanon, PA
Zip Code: 17042
 
Record
SN03037501-W 20130418/130416234431-3b77d3b49c6bf45823fa4af4547b4a07 (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.