DOCUMENT
65 -- Radiopharmaceuticals - Attachment
- Notice Date
- 4/5/2018
- 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
- 36C24918Q9399
- Response Due
- 4/13/2018
- Archive Date
- 6/12/2018
- Point of Contact
- Lori L Ellis
- E-Mail Address
-
llis2@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of the Mountain Home VA Medical Center is conducting market research through this sources sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below. The North American Industry Classification System (NAICS) Code for this acquisition is 325412. 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. The Government is particularly interested in identifying Service Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned-Small Business (VOSB) and their capability. The Government is seeking potential sources to provide Radiopharmaceuticals for the VA Medical Center Mountain Home, TN. This notice is to assist the VA in determining sources only. This is not a solicitation for proposals or quotes. A solicitation will be issued at a later date and time. All information submitted in response to this source sought notice is considered voluntary. CCR: Interested parties should register in the SAM as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov. STATEMENT OF WORK RADIOPHARMACEUTICALS VAMC MOUNTAIN HOME / NUCLEAR MEDICINE 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. -5:00p.m. Offeror will provide the VAMC Mountain Home with a minimum four scheduled deliveries per day. Offeror will not charge for deliveries. 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 L254) 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 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 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. 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 Representative (COR) 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. CLIN CLIN Supplies EST QTY UNIT COST TOTAL COST 0001 Sodium Pertechnetate Tc99M, U.D. 20 0002 Sodium Pertechnetate Tc99M per mCI 865 0003 Sodium Pertechnetate Tc99M Flood 56 0004 HDP/MDP Tc99M 378 0005 PYP Vial 1 0006 MAA Tc99M 60 0007 Sulfur Colloid Tc99M 101 0008 Sulfur Colloid Tc99M, Filtered 17 0009 DTPA Tc99M 55 0010 MAG 3 Tc99M 12 0011 Choletec Tc99M 115 0012 Ceretec Tc99M WBC 10 0013 Co-57 Flood 15 mCi 1 0014 Cardiolote Tc99M 4225 0015 Thallous Chloride T1-201/mCi 110 0016 Sodium Iodide, 1-123, 200uCi 50 0017 Sodium Iodide, 1-131, 1 mCi 10 0018 Sodioum Iodide, I-131, 1 mCi, Each additional mCi 575 0019 Gallium Citrate GS-67/mCi 5 0020 Gallium Citrate, Ga-67 source 1 0021 In-111 Octreoscan 10 0022 Hepatolite-TC99m 0-1 0023 *Quadramet 153 Sa 0-1 0024 I-123 MIBG 0-1 0025 14 Carbon 0-1 0026 111 In-WBC 0-1 PET Radioisotopes: 0027 F18-Vizamyl (dementia) 0028 Ga68-NETSPOT (neuroendocrine tumor) 0029 N13-Ammonia (cardiac) Non-radioactive products: 0030 Ultratag Kits 18 0031 Venti-Scan IV & vent Kit 42 0032 Kinevac up to 0.8 micrograms (unit dose) 75 0033 Kinevac, Each additional 0.1 microgram 875 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 Lori.Ellis2@va.gov no later than April 13,2018 at 10:00 AM, Central Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business; b. Service-Disabled Veteran Owned Small Business (SDVOSB); c. Veteran Owned Small Business (VOSB); d Small Business; e. Large Business 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSB/VOSB status, provide documentation that shows the business is VetBiz certified. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 325412.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9399/listing.html)
- Document(s)
- Attachment
- File Name: 36C24918Q9399 36C24918Q9399.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4204248&FileName=36C24918Q9399-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4204248&FileName=36C24918Q9399-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24918Q9399 36C24918Q9399.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4204248&FileName=36C24918Q9399-000.docx)
- Place of Performance
- Address: James H. Quillen VA Medical Center;Corner of Lamont Street and Veterans Way;Mountain Home, TN
- Zip Code: 37684-0001
- Zip Code: 37684-0001
- Record
- SN04880653-W 20180407/180405231907-417d97bb7d7d10853453eddf45da9209 (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 |