Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
DOCUMENT

66 -- 583-19-1-189-0002 PET/CT Radiopharmaceuticals - Attachment

Notice Date
8/9/2018
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
36C25018R0844
 
Response Due
8/14/2018
 
Archive Date
8/19/2018
 
Point of Contact
John Saunders
 
E-Mail Address
aunders2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT/MARKET RESEARCH only, pertaining to brand name supplies for the VAMC Indianapolis, located at 1481 West 10th Street, Indianapolis, IN 46202-2803. If a solicitation is published, one would be released in proximity to August 24, 2018, with an award potentially being made around October 1, 2018. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-94, 2005-95/ 01-19-2017, FAR Part 13.5, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) number is 325412 and the NAICS size is 1,250 employees. Information gathered during this request for information may be used in a small business set aside. Any concern that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. Responses shall include: (1) Business Name and Address, (2) FSS Contract Number (3) Vendor Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) If the concern is the manufacture and the sole distributor, the concern shall provide documentation supporting the claim. Contractors that deem themselves capable of meeting the requirement shall provide the below information to John Saunders, Contracting Officer, at john.saunders2@va.gov no-later-than Tuesday, August 14, 2018 at 4:30PM, EST referencing 36C25018R0844_1. Contractor must be registered with https://www.sam.gov Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the contractor on the contractor s quote should a solicitation be subsequently issued. FOB is Destination. Performance Period: 10/01/2018 through 09/30/2023 Delivery is to: VAMC Indianapolis 1481 West 10th Street Indianapolis, IN 46202-2803 SEE SPECIFICATIONS BELOW Statement of Work PET/CT Radiopharmaceuticals Summary: Richard L Roudebush VA Medical Center has a requirement for radiopharmaceuticals for the PET/CT Department, Indianapolis, Indiana for a period of one base year beginning from date of award and 4 option years and in accordance with the following statement of work. Requirements: The contractor shall provide all unit dose Radiopharmaceuticals as well as bulk FDG doses for injection with the MEDRAD Intego injection system used by the PET/CT Clinic, R. L. R. VA Medical Center, Indianapolis, Indiana during normal working hours and for all after hour emergency studies. The contractor must also be able to supply all radiopharmaceuticals listed in Attachment A. The contractor shall provide Radiopharmaceuticals during standard hours of care Monday through Friday from 8:00am EST until 5:00pm EST, not including Federal holidays. The contactor will be contacted by staff nuclear medicine technologists assigned to the PET/CT department at R. L. R. VA Medical Center. All routine orders for Radiopharmaceutical doses will be placed to the contractor the day prior before the clinic close of business via phone or internet. The order will include specified activities of doses and calibration times. The contractor will deliver the first run of ordered Radiopharmaceutical doses to the Nuclear Medicine Clinic, Room AB008 before 7:30am (EST) on the day specified to ensure proper inventory and receipt of the shipment is done by qualified personnel. A subsequent run of ordered radiopharmaceuticals will arrive by 10:30am EST and if necessary a 3rd run will arrive for all add-on procedures ordered prior to 2:00pm EST. The contractor will calibrate all Radiopharmaceutical doses to ensure proper activity ranges of +/- 10 percent of the specified ordered dose based on specific requirements provided by Nuclear Medicine Clinic based on guidelines outlined in 10 CFR Part 35. The contractor shall provide a daily packing slip accompanying all Radiopharmaceutical shipments to the PET/CT Clinic for all orders placed. The contractor will ensure that all Radiopharmaceutical doses provided are compounded and calibrated by or under the supervision of a certified Nuclear Medicine Pharmacist. Bulk vials shall be made available for use with the MEDRAD Intego system. The contractor shall provide courier service that is in accordance with Department of Transportation, Nuclear Regulatory Commission and other applicable regulating authorities enabling the delivery of all Radiopharmaceuticals. All couriers shall be licensed and shall submit all required paperwork in order to be granted access to R. L. R. VA Medical Center, Indianapolis, Indiana. The contractor shall be responsible for the removal of all used and unused radiopharmaceutical doses from the clinic within 72 hours of delivery. The contractor shall notify the R. L. R. VA Medical Center PET/CT Clinic immediately should the inability arise to provide Radiopharmaceutical doses. The contractor shall provide any training or education required to meet commercial standards related to use of radiopharmaceuticals to all staff Nuclear Medicine Technologists stationed at R. L. R. VA Medical Center PET/CT department. The contractor shall be able to work within the Nuclear Medicine Information System (NMIS) management program for PET/CT currently in use at the RLR VA Medical Center by providing bar codes that work with NMIS to allow for the receipt, inventory, tracking and disposal of Radiopharmaceutical doses Period of Performance: The initial term shall be one year, with the opportunity for four option years. Pricing shall remain firm for the first 12 months of the agreement. Increases thereafter will be limited to no more than the annual firm fixed price increases placed upon the nuclear pharmacy by their product suppliers. ATTACHMENT A ANNUAL ESTIMATED NUMBER OF DOSES OF EACH ISOTOPE Description Quantity Fluorodeoxyglucose F18 (FDG) 1500 Sodium Fluoride F18 (NaF)---10 10 Ammonia (N13) 40 Florbetapir F18 (Amyvid) 7 Amyvid Delivery Charge 7 Fluciclovine F18 (Axumin) 85 Axumin Delivery Charge 85
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018R0844/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018R0844 36C25018R0844_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4533774&FileName=36C25018R0844-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4533774&FileName=36C25018R0844-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05030021-W 20180811/180809231524-f69f20464c31c9a472856f2ebd5c469f (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.