Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2020 SAM #6847
SOURCES SOUGHT

65 -- GALLIUM (Ga68) Dotatate

Notice Date
8/26/2020 10:20:57 AM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q1278
 
Response Due
8/28/2020 7:00:00 AM
 
Archive Date
09/02/2020
 
Point of Contact
Dr. Vincky Ann Ervin Ph.D., Contract Specialist, Phone: Al interested parties shall only contact, Fax: Dr. Ervin via email only
 
E-Mail Address
vinicky.ervin@va.gov
(vinicky.ervin@va.gov)
 
Awardee
null
 
Description
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 70.00 EA $00.00 $00.00 Ga68 Dotatate GRAND TOTAL $00.00 Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain Ga68 Dotatate. This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking to obtain brand name or equal Ga68 Dotatate and San Antonio, TX. Refer to the General Requirements section below for the requested product description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. General Requirements: Brand name or equal Ga68 Dotatate are needed for the San Antonio, TX in accordance with the following requirements: Background The South Texas VA Health Care System (STVHS) requires the manufacturing and delivery of Gallium (Ga68) DOTATATE for the diagnosis and treatment of patients with gatroenteropancreatic neuroendocrine tumors that are positive for the hormone receptor somatostatin. The VA awards a firm-fixed-price purchase order, in accordance with FAR Parts 12 & 13. Delivery shall be made upon request of the STVHS Period of Delivery 30 October 2020 to 29 October 2021 Base Year 30 October 2021 to 29 October 2022 Option Year One 30 October 2022 to 29 October 2023 Option Year Two 30 October 2023 to 29 October 2024 Option Year Three 30 October 2024 to 29 October 2025 Option Year Four Place(s) of Performance: Imaging Services at ALM: NUCLEAR MEDICINE: 2nd Floor Scope: 1. Contractor must be licensed by the US Nuclear Regulatory Commission (USNRC), or a State with a formal Agreement with the USNRC that allows the State to regulate radioactive materials (Licensee), and be regularly established in the business of providing radiopharmaceuticals at the scale and frequency necessary to meet this requirement. Non-manufacturing waiver is not applicable to this solicitation. Please note that the contractor shall provide copies of all relevant licenses and certifications, along with their proposal, to the Contracting Officer upon request. 2. Contractor/licensee shall meet all applicable Nuclear Regulatory Commission, VA/National Health Physics Program (NHPP), Department of Transportation, FDA, Joint Commission, OSHA, State, and Federal requirements, rules, and/or regulations related to the supply of Radiopharmaceuticals. 3. Contractor/licensee must be able to provide Ga68 DOTATATE radiopharmaceuticals to the STVHS Nuclear Medicine Service Treatment and PET Imaging Facility at the South Texas VA Hospital. 4. Contractor/licensee shall have available an adequate supply of contracted products to meet the requirements of the STVHS. Doses will be ordered/scheduled with at least 48 hours advance notice to the vendor. Should the vendor s ability to supply product from the applicable pharmacy be limited for any reason the vendor shall notify the Customer of any limitations on the delivery times and dates that may affect its ability to supply Product when requested. 5. Contractor/licensee shall label all unit doses of delivered radiopharmaceutical with the amount, preparation time, expiration time, date, etc. It is preferred that the Contractor ensure bar code compatibility with the STVHS Nuclear Medicine Information System (NMIS). Contractor will support any necessary steps to ensure approval for use of new infrastructure (Example: Information Security) if required - upon award, and prior to start of contract. 6. All packages containing radioactive material must be labeled and shipped in accordance with Title 49, Code of Federal Regulations Part 172 and 173. An additional label shall be affixed to each syringe, vial, or other container used to hold a radioactive drug to be transferred for commercial distribution. The label must include the radiation symbol and the words ""CAUTION, RADIOACTIVE MATERIAL"" or ""DANGER, RADIOACTIVE MATERIAL"" and an identifier that ensures that the syringe, vial, or other container can be correlated with the information on the transport radiation shield label. 7. Contractor/licensee shall perform all quality control procedures as required by Federal, and when applicable, State regulatory agencies. Quality Control results will be furnished to STVHS upon request. 8. Contractor/supplier shall abide by Title 10, Code of Federal Regulation, which states: A Licensee may use for medical purposes only: (a) By-product material or cyclotron produced materials 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/or the equivalent regulations of an Agreement State. (b) Reagent kit that has been manufactured, labeled, packed and distributed in accordance with approval by the Commission pursuant to Title 10 CFR 32.72 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use. 9. Contractor will utilize only FDA approved products and sources for those products, unless otherwise mutually agreed upon in the context of compassionate care or IRB approved research. 10. Contractor/licensee will deliver radioisotope in an amount greater than or equal to the activity ordered with calibration for the specified appointment time so that patient administered quantity is within regulatory limits of the prescribed dose. All routine diagnostic radiopharmaceutical dose deliveries must occur >10 minutes prior to the calibration time. In the event that Nuclear Medicine Service is unable to perform a patient procedure due to the dose/injection arriving in an unusable form (e.g. too low activity), the vendor will not invoice for the dose. 11. Pricing and Radiopharmaceutical Returns for Credit: Pricing will be based upon a unit dose price per quantity of doses ordered with no other fees or surcharges. The Contractor shall accept returns for full credit toward future orders under the following conditions: a. Product(s) ordered or shipped in error. b. Product(s) damaged in shipment c. Concealed shipping damages d. Recalled product(s) e. Outdated products in unopened, original container. 12. Invoicing: Contractor shall invoice at least once per month that product is utilized showing the period covered, billing date, name of preparation, quantity and amount, as well as the correct purchase order number. Unit dose (UD) based invoicing is preferred. A mutually agreed upon method to track unused reimbursable doses must be established prior to contract initiation. 13. Normal/ Routine Ordering: Routine orders will be placed at least 48 hours in advance by authorized VA personnel during normal business hours (8:00am 6:00pm). Deliveries should be made directly to the NTVHCS Nuclear Medicine Service PET/MI&T Radio pharmacy. After award, for Contractors without established business with STVHS Nuclear Medicine Service, the Contractor/licensee will be furnished the name(s) of VA personnel that are authorized to place orders against the Contract, and will provide appropriate personnel and contact information for staff receiving orders, able to offer technical or administrative support, as well as staff involved in radiopharmaceutical delivery in accordance with VA Radiation Safety Office requirements. If not previously performed, completed background clearance checks must be submitted for review to STVHS Nuclear Medicine Service/Radiation Safety Office for all delivery personnel following award and prior to start of contract. Notification is required for any changes to these records, which should be made available for audit when requested. Orders shall only be placed by authorized STVHS NMS personnel via telephone, fax, e-mail, or via an approved, secure, online ordering system. For electronic ordering systems, a closed-loop communication process such as confirmation e-mails is preferred. 14. Normal/ Routine Deliveries: Delivery orders, or the electronic ordering system, shall include the following information: Contract item(s) and quantity Time(s) of delivery Applicable VA purchase order number Offeror with secure online ordering portal, or that utilizes a VA approved Information Security system that allows ordering which includes Protected Health Information (PHI) to better protect patient safety is preferred. Upon award, contractor will take necessary steps to ensure any needed infrastructure is in place prior to start of the contract. It is incumbent upon the contractor to ensure delivery personnel are adequately familiar with each specific delivery location. Delivery personnel will park at the nearest secure location and proceed directly to the Nuclear Medicine Service site where they will be escorted to the radio pharmacy (Hot Lab) by STVHS staff. Nuclear Medicine Service normal business hours are considered Monday through Friday: 7:00 am 4:30 pm, except Federal Holidays, and Saturdays from 7:00 am 11:00 am. The following are Federal Holidays: New Year s Day Birthday of Martin Luther King, Jr. (day of observance) Washington s Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day (Any other day designated as a National Holiday by the President of the United States.) 15. Contractor will provide STVHS NMS personnel access to relevant online and/or live Initial, as well as Continuing, Education at no cost to STVHS when applicable, to ensure staff are trained and remain current in this product as well as safe receipt and handling of radioactive materials/radiopharmaceuticals, correct use of infrastructure applications such as an online ordering portal/NMIS, as well as any related regulatory requirements (Example: DOT). 16. Ordering Contact Information: Contractor/licensee shall provide contact information for the placement of orders for items listed in the Schedule of Supplies and Services Section. POC Name: Address: City/State/Zip Code: Ordering Phone Number: Ordering Fax Number: Ordering E-Mail Address: 17. DELIVERY COMMITMENT: Time of delivery specified or mutually agreed to at the time of receipt of telephone/electronic order(s) shall become mandatory upon the Contractor's/licensee s acceptance to commitment. Delivery of supplies by the scheduled time will be complete except as otherwise authorized by the Ordering Personnel. Failure to perform in accordance with the delivery commitment may result in financial penalty or Contracting Officer review in certain instances this may be grounds for termination of contract in accordance with the provisions for default. The Government may terminate this contract in whole or in part if the contractor fails to meet the required delivery schedule. The contractor/licensee shall not be charged with damages when the delay in delivery arises out of causes beyond their control and without the fault or negligence of the contractor/licensee. 18. DELIVERY LOCATION: Deliveries will be made to: VA SOUTH TEXAS STVHS (San Antonio) Attn: Nuclear Medicine Service () 2nd Floor 7400 Merton Minter San Antonio, TX 78229 Security Requirements Information System Officer, Information Protection: The contractor will not have physical access to access to online resources belonging to the government. Privacy Officer: The contractor will not have physical access to protected Patient Health Information (PHI) and will not have capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage device will remain in VA control and will not be removed from VA custody. All research data available for Contractor analysis is de-identified. Records Manager: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 52.211-6 Brand Name or Equal. As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999)       (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation.       (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-            (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;            (2) Clearly identify the item by-                 (i) Brand name, if any; and                 (ii) Make or model number;            (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and            (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.       (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.       (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause) VAAR 852.212-72 Gray Market Items: a) Gray market items are Original Equipment Manufacturers' (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM's warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) FAR 52.212-2 Evaluation-Commercial Items: A copy of the authorized distributor letter from the contractor to verify that you are an authorized distributor of the products/services SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY. Please title email with RFI Solicitation Number and Title
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b172bb1af50f4f47a5e2d0988c637b66/view)
 
Place of Performance
Address: Audie L. Murphy VA Hospital 7400 Merton Minter Blvd, San Antonio, TX 78229, USA
Zip Code: 78229
Country: USA
 
Record
SN05775125-F 20200828/200826230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.