Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2022 SAM #7662
SOURCES SOUGHT

65 -- Y-90 SIR-Spheres

Notice Date
11/20/2022 4:17:25 PM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0162
 
Response Due
11/25/2022 11:00:00 AM
 
Archive Date
12/25/2022
 
Point of Contact
Tammie Chaney, Contracting Officer, Phone: 601-362-4471 ext. 56372
 
E-Mail Address
tammie.chaney@va.gov
(tammie.chaney@va.gov)
 
Awardee
null
 
Description
DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website, NASA SEWP, or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: SIR-Spheres Y-90 Resin Microspheres 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Items listed are estimated quantities per option period Model / Part Number Manufacturer Item /Description of Supplies/Equipment Brand Name or Equal Qty Sirtex SIR-Spheres Y-90 Resin Microspheres 6 Sirtex SIR-Spheres Y-90 Resin Microspheres 6 Sirtex SIR-Spheres Y-90 Resin Microspheres 6 Sirtex SIR-Spheres Y-90 Resin Microspheres 6 Sirtex SIR-Spheres Y-90 Resin Microspheres 6 Background. Radiopharmaceutical microsphere treatment of primary and secondary hepatic malignancy is now standard of care for select patients with both primary and secondary hepatic malignancy. Central Arkansas Veterans Healthcare System (CAVHS) is a regional provider of advanced locoregional therapies for Veterans from 6 states who have primary or secondary hepatic malignancy. The department offers traditional locoregional and ablative therapies. However, for many patients the best and only hope for survival rests with Y-90 or similar radiopharmaceutical therapy. CAVHS has a contract in place for Y-90 microspheres, however, to provide the best chance for treatment success, a different formulation of radiopharmaceutical microsphere treatment is needed in certain cases. CAVHS wishes to establish an indefinite delivery, indefinite quantity type contract with a base plus four (4) option periods for SIR-Spheres. Scope 1. Contractor shall provide all single unit doses of SIR-Spheres microspheres to include delivery accessory items for the treatment of primary liver cancer (hepatocellular carcinoma) used by the Interventional Radiology Clinic, CAVHS in Little Rock, Arkansas. 2. The Contractor shall obtain, maintain, and provide evidence of at the request of the Government, U.S. Food & Drug Administration (FDA) approval of the SIR-Spheres microspheres prior to shipment. 3. The Contractor agrees to credit the CAVHS within 30 business days for any Y-90 dose not administered for medical reasons. 4. The Contractor stipulates that multiple dose administrations to a single patient on a single day constitute (for pricing) a single dose administration. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 325412 is 1250 employees. 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Unique Entity Identifier (SAM) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: VISN 16 is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the Veterans Health Care System of the Ozarks in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: RFI responses are due by 1:00 pm (CST), Friday, November 25, 2022, via email to tammie.chaney@va.gov. The subject line shall read: 36C25623Q0162. NO SOLICITATION EXISTS AT THIS TIME. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by NCO 16 as Market Research and will not be released outside of the NCO 16 Purchasing and Contract Team.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c78d87ada6db45bf913916ed74e99944/view)
 
Place of Performance
Address: Department of Veterans Affairs Central Arkansas Veterans Healthcare System 4300 West 7th Street, Little Rock 72205, USA
Zip Code: 72205
Country: USA
 
Record
SN06522848-F 20221122/221120230107 (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.