Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
DOCUMENT

65 -- RADIOPHARMACEUTICALS - Attachment

Notice Date
9/14/2015
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
VISN 2 NCO (2-90);CONTRACTING OFFCIER;DEPARTMENT OF VETERANS AFFAIRS;1304 BUCKLEY ROAD, SUITE C104;SYRACUSE, NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52815Q0387
 
Response Due
9/21/2015
 
Archive Date
11/20/2015
 
Point of Contact
Allison Dubin
 
E-Mail Address
25-4400
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number:VA528-15-Q-0387 Posted Date:09/14/2015 Current Response Date:09/21/2015 NAICS Code:325412 Contracting Office Address VISN 2 NCO (2-90) Department of Veterans Affairs 1304 Buckley Road, Suite C104 Syracuse, NY 13212 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 005-84/09-03-2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 325412, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500 employees. The Syracuse VA Medical Center is seeking to purchase radiopharmaceuticals. All interested companies shall provide quotes for the following: Supplies Base Year (December, 1 2015 through November, 30 2016) CLINRadiopharmaceuticalUnit of MeasureQuantitySIZEPRICE FOR EACH mCi or BulkTOTAL PRICENumber of Minutes Needed to Prepare Product at Radiopharmacy NDC OF OFFERED PRODUCT 1Tc99m MyoviewUnit dose20010mCi 2Tc99mMyoviewUnit dose10020mCi 3Tc99m MyoviewUnit dose10028mCi 4Tc99m MyoviewUnit dose20030mCi 5Tc99m Ceretec (brain imaging) Unit dose320mCi 6Tc99m HMPAO WBCUnit dose1020mCi 7Tc99m DTPAUnit dose5030mCi 8Tc99m HepatoliteUnit dose507mCi 9Tc99m MAAUnit dose5010mCi 10Tc99m MAG3Unit dose4910mCi 11Tc99m MDPUnit dose30025mCi 12Tc99m NeuroliteUnit dose 25mCi 13Tc99m Sulfur ColloidUnit dose251mCi 14Tc99m Sulfur ColloidUnit dose37mCi 15Tc99m Sulfur colloid filteredUnit dose51mCi 16Tc99m CholetecUnit dose2510mCi 17Tc99m (pertechnetate)Unit dose205mCi 18Tc99m (pertechnetate)Unit dose910mCi 19Tc99m (pertechnetate)Unit dose1028mCi 20Tc99m (pertechnetate)Unit dose1030mCi 21Tc99m (pertechnetate)Bulk224300mCi - bulk 22Tl-201Unit dose104mCi 23*I-131 NaI caps(therapeutic) capsule 60mCi 24*I-131 NaI caps (therapeutic)capsule3100mCi 25*I-131 NaI caps (therapeutic)capsule1125mCi 26*I-131 NaI caps (therapeutic)capsule1150mCi 27*I-131 NaI caps (therapeutic)capsule 175mCi 28*I-131 NaI caps (therapeutic)capsule1200mCi 29*I-131 NaI caps (diagnostic)capsule22mCi 30*I-131 NaI caps (diagnostic)capsule23mCi 31*I-131 NaI caps (diagnostic)capsule24mCi 32*I-131 NaI caps (diagnostic)capsule25mCi 33*I-131 NaI caps (diagnostic)capsule210uCi 34In111 WBC Unit dose15500uCi 35In111 OctreoscanUnit dose156mCi 36Ga-67Unit dose36mCi 37Ultra-tag kitskit2box of 5 38CCK (Kinevac) injectionvial201.4ugm/kg 39Pyrophosphate kitskit5kit 40Cold kit MAAbox105 kits per box 41Cold kit D.T.P.Akit10kit 42Cold kit PYPkit10kit 43Cold kit Mebrofeninkit10kit 44meter calibrationseach4yearly 45Emergency order fee, to include Pharmacist preparation & deliveryDeliveryApproximately 2/week (ESTIMATE 100 DELIVERIES ANNUALLY)ORDER (ESTIMATE 156 DELIVERIES ANNUALLY) TOTAL Base Year VALUE: Option Year (December 1, 2016 through November 30, 2017) CLINRadiopharmaceuticalUnit of MeasureQuantitySIZEPRICE FOR EACH mCi or BulkTOTAL PRICENumber of Minutes Needed to Prepare Product at Radiopharmacy NDC OF OFFERED PRODUCT 46Tc99m MyoviewUnit dose20010mCi 47Tc99mMyoviewUnit dose10020mCi 48Tc99m MyoviewUnit dose10028mCi 49Tc99m MyoviewUnit dose20030mCi 50Tc99m Ceretec (brain imaging) Unit dose320mCi 51Tc99m HMPAO WBCUnit dose1020mCi 52Tc99m DTPAUnit dose5030mCi 53Tc99m HepatoliteUnit dose507mCi 54Tc99m MAAUnit dose5010mCi 55Tc99m MAG3Unit dose4910mCi 56Tc99m MDPUnit dose30025mCi 57Tc99m NeuroliteUnit dose 25mCi 58Tc99m Sulfur ColloidUnit dose251mCi 59Tc99m Sulfur ColloidUnit dose37mCi 60Tc99m Sulfur colloid filteredUnit dose51mCi 61Tc99m CholetecUnit dose2510mCi 62Tc99m (pertechnetate)Unit dose205mCi 63Tc99m (pertechnetate)Unit dose910mCi 64Tc99m (pertechnetate)Unit dose1028mCi 65Tc99m (pertechnetate)Unit dose1030mCi 66Tc99m (pertechnetate)Bulk224300mCi - bulk 67Tl-201Unit dose104mCi 68*I-131 NaI caps(therapeutic) capsule 60mCi 69*I-131 NaI caps (therapeutic)capsule3100mCi 70*I-131 NaI caps (therapeutic)capsule1125mCi 71*I-131 NaI caps (therapeutic)capsule1150mCi 72*I-131 NaI caps (therapeutic)capsule 175mCi 73*I-131 NaI caps (therapeutic)capsule1200mCi 74*I-131 NaI caps (diagnostic)capsule22mCi 75*I-131 NaI caps (diagnostic)capsule23mCi 76*I-131 NaI caps (diagnostic)capsule24mCi 77*I-131 NaI caps (diagnostic)capsule25mCi 78*I-131 NaI caps (diagnostic)capsule210uCi 79In111 WBC Unit dose15500uCi 80In111 OctreoscanUnit dose156mCi 81Ga-67Unit dose36mCi 82Ultra-tag kitskit2box of 5 83CCK (Kinevac) injectionvial201.4ugm/kg 84Pyrophosphate kitskit5kit 85Cold kit MAAbox105 kits per box 86Cold kit D.T.P.Akit10kit 87Cold kit PYPkit10kit 88Cold kit Mebrofeninkit10kit 89meter calibrationseach4yearly 90Emergency order fee, to include Pharmacist preparation & deliveryDeliveryApproximately 2/week (ESTIMATE 100 DELIVERIES ANNUALLY)ORDER (ESTIMATE 156 DELIVERIES ANNUALLY) TOTAL Option Year VALUE: Total Base plus 1 option years: Services See statement of work attached. The delivery/task order period of performance is 12/01/2015 - 11/30/2017. Delivery shall be provided starting on 12/01/2015. The department will call in the order on an as-needed basis. The contractor shall deliver ordered items as needed to the Hot Lab of the Syracuse VA Medical Center at 800 Irving Avenue, Syracuse, NY 13210. Place of Performance Address:Department of Veterans Affairs 800 Irving Avenue Syracuse, NY 13210 Country:UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, "Instructions to Offerors-Commercial Items" Vendor must be registered with the sam.gov to further qualify for this contract. The offeror's quote shall, at a minimum, address each of the factors and additional documents listed in this RFP. During evaluations of each quote, the Government will assess each area of the Technical Quote to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical quote based on the evaluation criteria described in the Evaluation Section below, as well as those requirements listed in the SOW. The Government will infer from the offeror's responses to these specified evaluation criteria the offeror's capability to perform to the requirements of the entire SOW. 2.FAR 52.212-2, "Evaluation-Commercial Items" (Oct 2014) (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: Factor 1: Technical Approach/Capability: Contractor is to provide clear evidence of the overall technical approach; proposed methodology; and a demonstrated understanding of the scope of work and the requirements Factor 2: Past Performance Factor 3: Price (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. 3.FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (July 2013) FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (August 2013). The following subparagraphs of FAR 52.212-5 are applicable: (b), 1, 4, 6, 7 14, 23, 26, 27, 28, 29, 30, 31,32, 33, 38, 39, 41, 42, and 48 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.216-22, Indefinite Quantity 52.217-5, Evaluation of Options 52.217-6, Option for Increased Quantity 52.217-9, Option to Extend the Term of the Contract 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data - Alternate I (Jan 1997). 52.225-5 Trade Agreements 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-18, Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination 852.216-70, Estimated quantities (Apr 1984) 852.232-72, Electronic submission of payment requests (Nov 2012) 852.246-70, Guarantee 852.246-71, Inspection (Jan 2008) 852.270-1, Representatives of Contracting Officers Quote packages must include the following or responses will be considered non-responsive: 1.Spec sheets, product literature, brochures, etc that fully describe the products being offered 2.Warranty Provisions 3.Pricing 4.Completed Reps and Certs if offeror does not list the NAICS code on their annual ORCA submission. 5.Signed Standard Form 1449, and acknowledgment of all amendments. 6.VA Approved Business Associate Agreement, if any 7.Vendor must include a copy of their Nuclear Pharmacy License 8.Vendor must show ability to deliver products Monday through Friday by 7:00 AM. Vendor must provide a MapQuest illustration showing their ability to deliver. Vendor must provide an emergency plan procedure for deliveries in inclement weather. All quote packages shall be emailed to Allison.Dubin2@va.gov. This is an open-market combined synopsis/solicitation for radiopharmaceuticals as defined herein. The government intends to award an IDIQ contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Monday September 21st at 5:00 pm.. Quotes and supporting documentation must be emailed to Allison Dubin at Allison Dubin2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Allison Dubin, Allison.Dubin2@va.gov. Point of Contact Allison Dubin, Allison.Dubin2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815Q0387/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0387 VA528-15-Q-0387_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313372&FileName=VA528-15-Q-0387-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313372&FileName=VA528-15-Q-0387-000.docx

 
File Name: VA528-15-Q-0387 P09 SOW Radiopharmacy.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313373&FileName=VA528-15-Q-0387-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313373&FileName=VA528-15-Q-0387-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03885944-W 20150916/150915000822-a73bf6bbfb13e1c7ac3630fa4d31ad4b (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.