Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2024 SAM #8076
SOURCES SOUGHT

65 -- Veterans Health Administration Minneapolis Health Care System Radiopharmaceutical Agents Sources Sought

Notice Date
1/5/2024 2:25:01 PM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26324Q0268
 
Response Due
1/12/2024 3:00:00 PM
 
Archive Date
01/17/2024
 
Point of Contact
Jeffrey Brown, Contracting Specialist, Phone: 651-293-3009
 
E-Mail Address
Jeffrey.Brown8@va.gov
(Jeffrey.Brown8@va.gov)
 
Awardee
null
 
Description
The Veterans Health Administration Minneapolis Health Care System requires Brand name or equal radiopharmaceutical agents and supplies in accordance with the draft Statement of Work below. This is a sources sought looking for businesses to provide the supplies listed below for market research purposes. No awards of a contract will be made from this announcement. Identify if your organization is the manufacturer of the required supplies.  If you are not the manufacturer, identify the manufacturer of the supplies that you will provide.   Identify any foreign end products per FAR 52.225-4, that would be provided to meet this requirement (https://www.acquisition.gov/far/52.225-4).  Identify your organization's socio-economic category.  Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)).  If you are a vendor that can provide the requested information and required supplies described below with competitive pricing, send your information (to include your organization's Unique Entity Identifier number) with a description of proof of capability to: Jeffrey.Brown8@va.gov on or before January 12th, 2024. *If applicable, VAAR 852.219-76  VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses.*  *If applicable, VAAR 852.212-71 Gray Market Items, will apply to the potential solicitation. *  *If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses. * STATEMENT OF WORK General: The purpose of this contract is to provide Minneapolis Veteran Affairs Health Care System with Brand name or equal radiopharmaceutical agents and supplies and provide the delivery of those supplies to the Nuclear Medicine Department, Minneapolis Veterans Affairs Health Care System, One Veterans Drive, Minneapolis, MN 55417, herein referred to as MVACHS. Deliverables: The quantities as listed in the Schedule of Items are estimated requirements based on historical usage. The MVAHCS attempts to be as accurate as possible when providing estimated quantities, however, actual quantities required may vary from quantities as listed. MVAHCS does not guarantee to order the quantities listed. The unit prices supplied quoted to NCO 23 contracting officer shall apply to the quantities actually ordered by Authorized Ordering Individuals. All products will be requested on an on demand, as needed basis order via phone or email by MVACHS authorized personnel only. Authorized ordering Individuals are MVAHCS Nuclear Medicine Technologists and the COR (Contracting Officer Representative). These items are used to perform diagnostic imaging and therapeutic procedures at the MVACHS. Any items offered must be functionally equivalent to the generic and/or brand name radiopharmaceuticals listed below as these have been validated for use in the MVACHS Nuclear Medicine Department. The quantities listed in the schedule of items are estimates. 2A. Schedule of Items Item Schedule Description Estimated Annual Quantities Tc-99m PYP 40 I 123, 100 uCi 20 I 123, 200 uCi 20 I 131 per mCi 60 EA 20 Ultratag RBC Kit 30 In 111 DTPA 1.5 mCi 5 In 111 WBC 10 Kinevac, vial 10 Blood Collection Kit 20 Tc 99m Sodium Pertechnetate, UD 40 Tc 99m Mag 3, unit dose 50 In 111 Octreoscan, unit dose 4 Tc 99m DTPA, unit dose 30 Tc 99m MAA, unit dose 30 Tc 99m HDP, unit dose 10 Tc 99m MDP, unit dose 160 Tc 99m Choletec, unit dose 10 Tc 99m Mebrofenin, unit dose 40 Tc 99m Sulfur Colloid, unit dose 40 Tc 99m Sulfur Colloid (filtered) 40 Tc 99m Sestamibi, unit dose 3000 Tc 99m Ceretec WBC, unit dose 10 Tl 201, unit dose 30 F-18 Fluorodeoxyglucose 1600 Ga-68 Dotatate 15 Deliveries: Deliveries shall be made to one of MVAHCS hot rooms, to be specified at time of ordering by MVACHS: Location 1: VA Medical Center, Bldg 70, Room BW101D Warehouse (90D), PO#________ One Veterans Drive Minneapolis, MN 55417 Location 2: VA Medical Center, Bldg 70, Room BV113 Warehouse (90D), PO#________ One Veterans Drive Minneapolis, MN 55417 Between 8:00 am and 3:30pm, Monday-Friday except Federal Holidays. The Federal Holidays (actual days observed by the Federal Government) are: New Year s Day Martin Luther King s Birthday Washington s Birthday Memorial Day Juneteenth National Independence Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day And any day specifically declared by the President of the United States to be a national holiday. Note: If the federal holiday falls on a Saturday it will be officially observed on the Friday before the holiday. If the holiday falls on a Sunday, it will be officially observed on the Monday following the holiday. All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain Vendor s name, Purchase order number, Date of order, Date of delivery, Itemized list of products furnished including product description, and quantity shipped. All products are purchased subject to acceptance by the MVAHCS, Nuclear Medicine Service. Products will be rejected and may be discarded if found unsatisfactory when they are received, or later if deterioration of the product occurs before the outdate. The MVACHS shall not be financially liable for unacceptable radiopharmaceutical agents. At no time shall delivery drive leave radioactive material unattended in facility. All deliveries shall be delivered directly to the nuclear medicine department in one of their hot rooms . REQUIREMENTS: Contractor must be licensed by the State of Minnesota. Additionally, contractor must the licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing radiopharmaceuticals. Offeror must provide copies of these licenses and certifications with response to solicitation to be found technically acceptable. All products provided under this contract shall meet all requirements of the Nuclear Regulatory Commission. All products provided under this contract shall be packaged and shipped in accordance with the requirements of the Nuclear Regulatory Commission (NRC) and Department of Transportation (DOT). All products returned will also be packaged in accordance with the requirements of the NRC and the DOT. All products provided under this contract shall be in compliance with all OSHA manufacturing, packaging and shipping regulations. All labeled products shall be LEU-derived radiopharmaceuticals where applicable and available. The contractor shall guarantee the quality of all radiopharmaceuticals. The contractor shall provide quality control on each agent dispensed. All defective or inferior products must be replaced within 48-hours at no additional cost to MVAHCS. It is the responsibility of the contractor to park in the appropriate designated parking areas during delivery and pickup. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. All vehicles will be locked, and the keys removed while performing service on the VA s property. This is intended to protect the contractor's property and provide for the safety of the VA s personnel. Vehicle(s) shall be identified. Parking in the appropriate designated parking areas is expected. The contractor shall provide documentation of inventory, disposal and patient dose records, which documents compliance with Nuclear Regulatory Commission (NRC) requirements and Minneapolis VAHCS Radioactive Material License (RAM). The contractor shall be capable of providing the radiopharmaceuticals and estimated quantities necessary to provide operation levels. Types and quantities of product may change throughout the course of the contract. Contractor/supplier shall abide by (CFR 10) Title 10 Code of Federal Regulations, which states: Title 10 Code of Federal Regulations is available at: http://www.nrc.gov/reading-rm/doc-collections/cfr/. A licensee may use for medical use only: Byproduct material manufactured, labeled, packaged, and distributed in accordance with a license issues pursuant to the regulations in Title 10, Code of Federal Regulations, part 30 and SS32.72, or 32.74 of this chapter or the equivalent regulations of an Agreement State: Reagent kits that have been manufactured, labeled, packed, and distributed in accordance with the approval by the Commission pursuant to S32.72 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use. Items must be adequately packaged to prevent damage during handling and storage. All packaging and labeling must meet all federal and state regulations. All packaging of radioactive material MUST BE clearly labeled RADIOACTIVE on the outside of the carton in which it is shipped. Contractor must provide a copy of their laboratory s current quality control manual and must be willing to discuss any discrepancies in lab results, which do not fit the clinical picture. Contractor must 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. Contractor must assign to this medical center an individual sales representative to aide in facilitation in the smooth coordination between the medical center and laboratory pharmacy. Contractor must provide current material safety data sheets in a in a binder and updates as necessary on all delivered products for each medical center or the contractor must provide their website link where MSDS and package inserts for all radiopharmaceuticals can be read and printed. Contractor may provide patient orientation education video presentations and other appropriate material as deemed necessary by the medical center. Contractor may provide appropriate signs and posters alerting patients, employees and the public, of safety precautions in handling of radioactive materials. Contractor must replace any items delivered in error at no cost to the government. Contractor must label all products as to the amount of radiopharmaceutical, preparation time, expiration time and date, etc. Contractor must follow all USP 797 guidelines and provide verification of compliance upon Contracting Officer request. No Employee status: The contractor shall be responsible for protecting the contractor s staff furnishing services. To carry out this responsibility, the contractor shall provide or certify that the following are provided for all their staff providing services under the resultant contract: Workers compensation Professional liability insurance Health examinations Income tax withholding, and FICA and Medicare tax withholding TRANSPORTATION: Contractor personnel, drivers and alternates, shall be able to read, write, speak and understand English language. Personnel shall present a neat appearance and be easily recognized as a contract employee by wearing an identification badge that includes the company s name/logo and employee name and photograph. Vehicles used during this service shall prominently display the company s name/logo. Contractor must ensure that courier service/drivers maintain their Motor Carrier Permit, hazardous material license number, certificate of training of couriers (employees), valid state-issued drivers licenses, vehicle insurance and registration. The contractor shall be required to maintain a record log of courier deliveries, indicating time and date, number and description of items for each location, along with signatures. The contractor will be responsible for all reimbursement of the original and/or repeat items because of mishandling or loss. All vehicles are to be insured in accordance with the regulations of the State of Minnesota at the expense of the contractor. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. All vehicles will be locked, and the keys removed while performing service on the VA s property. This is intended to protect the contractor's property and provide for the safety of the VA s personnel. Vehicle(s) shall be identified. Parking in the appropriate designated parking areas is expected. BILLING/INVOICES: Contractor must submit a weekly invoice to the COR, in arrears, showing period covered, billing date, name of preparation, quantity, and amount. The invoices shall contain the following information at a minimum: Purchase Order Number Name of Radiopharmaceutical agent and the number provided The unit/unit cost Total price Contractor shall 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 must be received within 48 hours of notification by the VA. Contractor shall provide upon request a detailed description of the test to be performed, as provided by the manufacturer. Billings rendered by the contractor to the Minneapolis VA Health Care System for services furnished under the terms of this contract shall be billed in full. Neither beneficiary, his/her insurer, nor any other third party shall be billed. Payments for services will be at the rates specified in the Schedule of Supplies/Services. Payment shall only be made for actual services rendered and items that are received and found acceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/719b0391bb434b6c8928257442d42df4/view)
 
Place of Performance
Address: Veterans Health Administration Minneapolis Health Care System 1 Veterans Drive, Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN06928741-F 20240107/240105230047 (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.