Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

Q -- Radiopharmaceuticals - for the time of O1 October 2009 thru 31 December 2009. This is to cover all Fluorine-18 Fluoro 2- Deoxyglucose ( F-18 FDG), Sodium Flouride, Flouride Dopa, Rubidium-82 generat

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025909T0527
 
Response Due
9/14/2009
 
Archive Date
10/30/2009
 
Point of Contact
Joyce M. Claridy - Contract Specialist 619-532-8117 Joyce M. Claridy619 532 8117
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for supplies or services for which the Naval Medical Center San Diego intends to solicit with only one source under the authority of FAR 6.302. PET NET SOLUTIONS.This notice of intent is not a request for competitive quotations. However, all quotes received within 2 days after date of publication of this synopsis will be considered by the Government for future procurement actions. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition Procedures for Commercial items found at FAR 13, (1),(i),(ii), (2), (i),supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36. The solicitation number, N00259-09-T-0527 is issued as a request for quotations (RFQ). The NAICS code is: 325412, Federal Acquisition Circle:are incorporated. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions maybe accessed in full text at these addresses: www.acquisition.gov, www.acq.osd.mil/dpap/dfar/index.htm NMCSD requests responses from qualified sources capable of providing the following: List of Radiopharmaceuticals. Required Delivery Daily when Called: CLIN 0001: FDG ( Fluorine -18 fluoro-2-Dexoyglucose with a dose range between 1-15 milicuries. Unit issue: EA, ESTIMATE -Qty: 500, Price:____ CLIN 2 : F-18 sodium flouride as needed basis unit of issue: EA _______. ESTIMATE- Qty 10 on as needed basis. Price:________ Clin 3: Meta Fopa TM 18F FluoroDOPA. Unit of issue: EA, Estimate- QTY: 1 as need basis. PRICE:________. Clin 4: Rubidium Generator daily use. Unit of Issue: EA, Estimate-QTY: 1 as need basis. Price: ___________. Clin 5: Multidose vial of FDG/F-18 Sodium Fluoride. Unit of Issue: EA, Estimate- QTY_1_ as basis need basis ; Price______. CLIN06: STAT- Shipping Charges. Unit of Issue: EA, Estimate -Qty__30, as need basis; Price__________. CLIN 07: Same day Shipping. Unit Issue: EA, Estimate - QTY_10 as need basis; Price___________. This acquisition incorporates the following FAR clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-5. Applicable clauses are FAR 52.212-1, Instructions to Offerors, Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incoporated by Reference ( Feb 1998) 52.204-7 Central Contractor Registration, 252-225-7002 Qualifying Country Sources As Subcontractors, 52.212-4, Contract Terms and Conditions, Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.232-33 Payment by Electronic Transfer, Clauses Incorporated by Reference- Brand Name or Equal 52.211-6, Hazardous Material Identification and Material Safety Data 52.223-3, Notice of Radio Active Material 52.223-7 Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Wo! rkers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.212-3, Offeror Representation and Certifications, Commercial Items. 52.232-18, Availability of funds. 52.233-3, Protest after award. 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. 52.212-2, EVALUATION -COMMERCIAL ITEMS (1/99). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability. Defined as "an assesment of the prospective contractor's key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product.. Past performance. Provide three (3) references, addressing that you have provided supplies /service with preventive maintenance agreement contract for the same equipment in the last 3 years. Price. Technical and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first factor will not undergo a price evaluation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. A price evaluation will only be conducted on offerors found to be technically acceptable and possess or have demonstrated qualified experience relevant to the scope of this solicitation. In submitted your quote, include your company's complete mailing and remittance addresses, discounts for prompt payment, if any, Commercial and Government Enity ( CAGE) code, Dun and Bradstreet number, and federal tax ID number. All required FAR 52.212-3 Certfications and representations must be completed and submitted along with your quote. Quotes are accepted in e-mail to: joyce.claridy@med.navy.mil, Joyce M. Claridy- Contract Specialist, Phone: 619 532 8117. Closing on, September 14, 2009 at 5:00 p.m. Pacific Standard time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025909T0527/listing.html)
 
Place of Performance
Address: Naval Medical Center34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN01933544-W 20090902/090901000242-cb4d16dc399cc23c3126d125e49c2b81 (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.