Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2024 SAM #8073
SOURCES SOUGHT

65 -- Urgent RadioPharm DatScan

Notice Date
1/2/2024 9:57:59 AM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424I0199
 
Response Due
1/5/2024 9:00:00 AM
 
Archive Date
01/25/2024
 
Point of Contact
Amanda Saunders, Contracting Officer, Phone: N/A, Fax: N/A
 
E-Mail Address
amanda.saunders@va.gov
(amanda.saunders@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms for Document Shredding Services for VISN 4 VAMCs. Responses shall be submitted by 12:00pm (EST) January 5th 2024. Responses shall be submitted via email to amanda.saunders@va.gov. All Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) firms that respond shall include proof of their Vets First Verification via Home  · VetBiz Portal (va.gov). All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with FAR 4.1102 Policy. While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes. All respondents shall include as part of their response a brief capability statement that covers the information in the following tentative statement of work/need, as well as answers to the below three (3) questions. All respondents shall be registered and active in SAM.gov | Home. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition approach (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 325412 (Pharmaceutical Preparation Manufacturing) Suggested PSC: 6550 (In Vitro Diagnostics Substances, Reagents, test Kits and Sets) Open to suggestions from industry as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. In addition to the information requested above, please include answers to the below 3 questions as part of your response to this Sources Sought: 1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner?  Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. Intended Procurement Approach Statement of Need Nuclear Medicine/Diagnostic Imaging Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) Summary: CMCVAMC requires a licensed vendor by the Nuclear Regulatory Commission to provide radiopharmaceuticals and calibration sources for the Nuclear Medicine Department. These radiopharmaceuticals are required for imaging procedures. The Calibration sources are required for equipment quality control testing. This particular product is the only imaging agent that provides visual evidence to aid in the assessment and diagnosis of parkinsonian syndrome. These items are to be delivered directly to the Diagnostic Imaging section of Nuclear Medicine (secured receiving areas), room 3A101B, Corporal Michael J. Crescenz VA Medical Center, 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104. Project Scope: This Statement of Need covers the following activities and deliverables. The vendor agrees to perform these services with the standard of care, skill, and diligence normally provided by a professional organization in the performance of similar services. It is understood that the contractor must perform the services based, in part, on information furnished by this Medical Center; however, the vendor is given notice that the Medical Center will be relying on the accuracy, competence and completeness of the contractor s services in utilizing the results of such services. The Nuclear Medicine staff of the CMCVAMC, when needed for next day delivery during work hours will place all orders daily. There may be orders placed during other than normal working hours, to be delivered within a 45-minute window for an emergency. The vendor must be able to fulfill this requirement. All items delivered to the Nuclear Medicine department as specified above. CMCVAMC will require credit statements (itemized returned doses) and monthly invoices. Electronic daily dose tracking systems should be available for the Medical Center s use in certifying and tracking per patient doses delivered. DELIVERABLES: Unit per dose (I-123 Ioflupane) (QVCAD/ABUS Server System License / B630QVCS33 75/Each) The contractor shall have available an adequate supply of contract products to meet the requirements of the CMCVAMC Healthcare System. The contractor shall label all unit doses of delivered radiopharmaceuticals, with the amounts, preparation time, expiration time, date, etc., and provide a bar code labeled insert to allow scanning the product data into the nuclear medicine information management system (NMIS). If the Contractor s system varies from our current (Pinestar) NMIS information system, the Contractor shall provide their system as well as data migration, technical support and training of staff on its use at no additional Price to the Government. All packaging of radioactive material MUST BE clearly labeled RADIOACTIVE with the proper class and exposure levels on the outside of the shipping container. The contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. The contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, NHPP, FDA, OSHA and all other agency rules and Regulations (Federal and State). Radiopharmaceutical Returns for Credit: The Contractor shall be responsible to accept returns for full credit toward future orders only 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 (specifically authorized for return by manufacturer). The contractor shall invoice at least once per month showing period covered, billing date, name of preparation, quantity and amount. Schedule Only authorized VA Nuclear Medicine personnel shall place orders during the normal workday, and first delivery shall be received no later than 08:00 am the following workday to the CMCVAMC Nuclear Medicine Department. Depending on Medical Center patient care requirements, the contractor shall provide routine delivery and pick-up as many times as required by the CMCVAMC. The delivery order shall include the following information: Contracted item and quantity, time(s) of delivery, and applicable VA order number. Authorized CMCVAMC Personnel via telephone, fax, or e-mail shall only place orders. The contractor agrees to accept unused radiopharmaceutical and provide reimbursement per unit dose applicable towards future orders. After the contract award, the CMCVAMC will furnish the name(s) of Nuclear Medicine personnel who are authorized to place orders against the Contract. The Contractor will be furnished with a copy of the user s license as per Nuclear Regulatory Commission guidelines. Same-Day Delivery: Same-Day Delivery requires delivery and receipt at the CMCVAMC Nuclear Medicine department no later than 2 hours after order is placed during normal business hours. Nuclear Medicine normal business hours are considered Monday through Friday: 8:00 am 4:00 pm except Federal Holidays. The following are Federal Holidays: New Year s Day Birthday of Martin Luther King, Jr. (day of observance) President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Christmas Day Pricing: Items will be in unit dose, daily, and on an as needed basis in accordance with patient requirements. All annual quantities are estimates, contractor will only be paid for items and quantities actually ordered and delivered. Expected period of performance start is January 25th, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3423bdb483974ae2920a9107b7bb7d8e/view)
 
Place of Performance
Address: IAW with the Statement of Need, Philadelphia, USA
Country: USA
 
Record
SN06925162-F 20240104/240102230039 (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.