Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2017 FBO #5830
SOLICITATION NOTICE

65 -- Nuclear Medicine Radiopharamaceuticals

Notice Date
11/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-18-T-0017
 
Archive Date
12/14/2017
 
Point of Contact
Valerie DeVeaux, Phone: 7067873894
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation number W91YTZ-18-T-0017 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Supplement Publication (DPN) 20161222. This acquisition is issued on an UNRESTRICTED, FULL AND OPEN basis under NAICS code 325412 and size standard is 1,250 employees. All responsible sources may submit a quotation which shall be considered by the agency. The Government anticipates awarding a single award issued as Firm Fixed Price. The requirement of this solicitation is to procure Nuclear Medicine Radio Pharamaceuticals for the Department of Radiology at Eisenhower Army Medical Center, Fort Gordon, GA. Ordering Period: 1 January 2018 - 31 December 2018. Quotes are due by 29 Novemberr 2017 at 12:00 pm EST. Questions must be submitted via email no later than 16 November 2017. Quotes and questions shall be submitted via email to valerie.j.deveaux.civ@mail.mil. SALIENT FUNCTIONAL PERFORMANCE CHARACTERISTICS: • TechneLite Generator Mo99/Tc99 Generator/5000mCi x 53 with Sunday calibration to be delivered between Sunday night and early Monday morning, for use prior to Monday morning at 0700 - as the standing size for our reoccurring weekly order. • Cardiolite packs (20 vials), with a total amount of 16, delivered within 2 (two) business days or date specified by Government Personnel. • Thallium 201, with a total amount of 100mCi, due upon request as needed delivered within 24 hours or date specified by Government Personnel. • TechneLite Generator Mo99/Tc99m Generator/1000mCi • TechneLite Generator Mo99/Tc99m Generator/7500mCi • TechneLite Generator Mo99/Tc99m Generator/6000mCi ITEM NO. 0001 201 THALLIUM mCI The Contractor shall be responsible for providing Federal Drug & Administration approved and required nuclear medical pharmaceutical supplies and generators. EAMC; Fort Gordon, GA. Ordering Period: 1 January 2018 - 31 December 2018 QTY: 100 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0002 CARDIOLITE (PACK OF 20) The Contractor shall be responsible for providing Federal Drug & Administration approved and required nuclear medical pharmaceutical supplies and generators. EAMC; Fort Gordon, GA. Ordering Period: 1 January 2018 - 31 December 2018 QTY: 16 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0003 TECHNELITE GENERATOR MO99/Tc99 5000mCi The Contractor shall be responsible for providing Federal Drug & Administration approved and required nuclear medical pharmaceutical supplies and generators. EAMC; Fort Gordon, GA. Ordering Period: 1 January 2018 - 31 December 2018 QTY: 53 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0004 TECHNELITE GENERATOR MO99/Tc99 6000mCi The Contractor shall be responsible for providing Federal Drug & Administration approved and required nuclear medical pharmaceutical supplies and generators. EAMC; Fort Gordon, GA. Ordering Period: 1 January 2018 - 31 December 2018 QTY: 5 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0005 TECHNELITE GENERATOR MO99/Tc99 7500mCi The Contractor shall be responsible for providing Federal Drug & Administration approved and required nuclear medical pharmaceutical supplies and generators. EAMC; Fort Gordon, GA. Ordering Period: 1 January 2018 - 31 December 2018 QTY: 3 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0006 TECHNELITE GENERATOR MO99/Tc99 10000mCi The Contractor shall be responsible for providing Federal Drug & Administration approved and required nuclear medical pharmaceutical supplies and generators. EAMC; Fort Gordon, GA. Ordering Period: 1 January 2018 - 31 December 2018 QTY: 3 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ BASE YEAR TOTAL tiny_mce_marker_________________ Delivery Address Eisenhower Army Medical Center Bldg 300 East Hospital Road Fort Gordon, GA 30905 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 (Local Provision (LP) 5004) Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: - Technical Description of items being offered (see note) - Clin/Item Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS) - CAGE code - Delivery Time - Company Contact Information, for evaluation purposes. - Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of Provision) 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 252.222-7007 -- REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.215-20 -- REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010)ALTERNATE IV (OCT 2010) (b) Submission of other than certified cost or pricing data may be requested by the Contracting Officer. 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 252.213-7000 -- NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 -- ONLY ONE OFFER (OCT 2013) 252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5005 (LPTA) Addendum to 52.212-2 Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Paragraph (a) is hereby replaced with the following: (a) The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. (i) Price: Prices will be reviewed to determine reasonableness based on market research. (ii) Provide all requested information in Addendum 52.212-1 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - Offer clearly meets the minimum requirements of the solicitation. Unacceptable - Offer does not clearly meet the minimum requirements of the solicitation. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html (End of Addendum to 52.212-4) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-9 - PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9 - UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-26 - EQUAL OPPORTUNITY (APR 2015) 52.222-36 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991) 252.201-7000 - CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000 - DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) iRAPT (LC 5002) (Formaly known as WAWF) HIPPA (LC 5001) STATEMENT OF OBJECTIVES 1.1 General. This requirement is for nuclear medicine pharmaceuticals and Generator for the Department of Radiology (Nuclear Medicine) at Dwight D. Eisenhower Army Medical Center (DDEAMC), Fort Gordon, GA. 1.2 Scope. This contract shall include delivery of requested supplies for studies and treatment performed at Nuclear Medicine. 1.3. Requirements. Contractor shall be responsible for providing Federal Drug & Administration approved and required nuclear medical pharmaceutical supplies and generators. A trained customer service representative of the vendor shall be able to assist from 0800 am to 1600 pm, EST, Monday through Friday. Delivery shall be coordinated by activity point of contact with contractor. Nuclear Medicine requires the following supplies: • TechneLite Generator Mo99/Tc99m Generator /5000mCi x 53 with Sunday calibration to be delivered between Sunday night and early Monday morning, for use prior to Monday morning at 0700 - as the standing size for our reoccurring weekly order. • Cardiolite packs (20 vials), with a total amount of 16, delivered within 2 (two) business days or date specified by Government Personnel. • Thallium 201, with a total amount of 100mCi, due upon request as needed delivered within 24 hours or date specified by Government Personnel. 1.3 a The following additional TechneLite Generators will also be available for flexibility: • TechneLite Generator Mo99/Tc99m Generator /10000mCi • TechneLite Generator Mo99/Tc99m Generator /7500mCi • TechneLite Generator Mo99/Tc99m Generator /6000mCi 1.3b In the event that patient load increases or decreases and the Nuclear Medicine Clinic wants to adjust the size generator for standing orders prior notice will be given up to thirty (30) days to Contractor by Dwight D. Eisenhower's Nuclear Medicine Clinic. 1.3c In the event there is a manufacture shortage requiring an adjustment to the standing order; the vendor shall provide immediate notice to the Nuclear Medicine Pharmacist and notice via e-mail to the Contracting Officer Representative. Additional charges beyond that of the standing generator order will not be charged. 1.4. Security 1.4. a. Access, General Protection, and Security Policy and Procedures. Contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation and/or facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, and Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.4. b. AT Level 1 Training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. 1.4. c Access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 1.4.d. iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. 1.5 New Product Requirements. New products can only be used if items fall under the guidelines and or parameters of items listed on the original contract. These items need to be approved by the proper personnel at the medical center. Product security must be maintained and traceable through the procurement distribution process. 1.6. Delivery & Pick-up. Delivery and pick up time of the items shall be coordinated by activity point of contact with the contractor. Items shall be delivered to the Nuclear Medicine Section by authorized carrier, Associated Couriers Inc. within the timeframes specified above in 1.3. 2.1 Outcome. The contractor shall provide Dwight D. Eisenhower Army Medical Center with pharmaceuticals to include the delivery. 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2014) (DEVIATION 2013-O0019)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-18-T-0017/listing.html)
 
Place of Performance
Address: Eisenhower Army Medical Center, Bldg 300 East Hospital Road, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN04733863-W 20171109/171107231305-61ee95236ad1e1187e5c9274909d110b (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.