SOLICITATION NOTICE
65 -- Radiopharmaceuticals
- Notice Date
- 3/9/2010
- Notice Type
- Presolicitation
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N0023210RCRQ021-01
- Archive Date
- 3/30/2010
- Point of Contact
- Courtney A. Piar, Phone: 301-619-7467
- E-Mail Address
-
courtney.piar@med.navy.mil
(courtney.piar@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with Cardinal Health. Inc., 7000 Cardinal Place, Dublin, OH, as the only responsible source that can provide the below items and meet the SOW for NH Jacksonville. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. The Naval Medical Logistics Command has a requirement for radiopharmaceuticals for the Nuclear Medicine Department, Naval Hospital Jacksonville, FL for a period of one year period beginning from date of award and in accordance with the following statement of work Items being purchased in this acquisition: 0001 Ceretec WBC per study 4 EA 0002 Choletec, TC99M Choletec 130 EA Mebrofenin 0003 CO5955, QC equip 1 EA co-57 flood source 20 0004 DMSA, TC99M 10 EA 0005 DTPA-TC99M 120 EA Technetium Penetate 0006 GA-67 Gallium Citrate 6 EA 0007 I-123 20, I-123 Iodide 192 EA Capsule 200 UCI 0008 I-131 Therapy Capsule 5 EA 1-5MCI 0009 I-131 Extra, Therapy 50 EA Capsule, EX per MCI 0010 IN-111 OCTREO 1 EA Pentetreotide/6MCI 0011 TC-99M Sestamibi(Cardiolite) 40 EA Per dose 0012 Syntrac Hardware Fee 1 EA 0013 Indium WBC, Per study 3 EA 0014 MAA, TC99M, Macro 120 EA Aggregated albumin 0015 MDP, TC99M MDP 520 EA Medronate Diphosphate 0016 Myoview, Tetrofosmin 1,000 EA TC99M 0017 PYP, Pyrophosphate 1 EA 0018 Sulfur Colloid, TC99M 52 EA 0019 Sulfur Colloid filtered, 36 EA TC99M 0020 TC9900, MAG-3 100 EA Meriatide, TC-99M TC99M Bulk Linearity 1,000 EA Per MCI 0021 TC99M Unit Dose, 30 EA 0022 TL-201 Thallous Choride 10 EA MCI 0023 Ultratag RBC Kit 10 EA 0024 DTPA-TC99m Technetium 120 EA Pentete Aerosol 0025 Dose Calibrator Vial CS-137 250 UCI 1 EA 0026 Dose Calibrator Vial CO-57 5 MCI 1 EA 0027 Syntrac Licensing Fee 1 EA 0028 Afterhour delivery fee, 40 EA Weekends 0029 Fuel Surchage 240 EA 0030 Stat Delivery Fees 96 EA 0031 Delivery Normal hours 20 EA STATEMENT OF WORK RADIOPHARMACEUTICALS 1. The contractor shall provide all unit dose Radiopharmaceuticals used by the Nuclear Medicine Clinic, Naval Hospital Jacksonville during normal working hours and for all after hour emergency studies. 2. The contractor shall provide Radiopharmaceuticals during standard hours of care Monday through Friday from 0700 (7:00 AM EST) until 1630 hours (4:30 PM EST), including Federal holidays. After hours coverage will be available Saturday and Sunday 0700 (7:00 AM EST) until 1630 (4:30 EST) and Monday through Sunday from 1630 (4:30 PM EST) until 0730 hours (7:30 AM EST), including Federal holidays. 3. The contractor will be contacted by Staff Nuclear Medicine Technologists assigned to the Nuclear Medicine Clinic at the Naval Hospital Jacksonville. 4. All routine orders for Radiopharmaceutical doses will be placed to the contractor the day prior before the clinic close of business via phone. The order will include specified activities of doses and calibration times. The contractor will deliver the ordered Radiopharmaceutical doses to the Nuclear Medicine Clinic, Room 1336 before 0730 (7:30 AM EST) on the day specified to ensure proper inventory and receipt of the shipment is done by qualified personnel. All emergency after hour orders of Radiopharmaceutical doses will be placed by an on call staff Nuclear Medicine Technologists on an emergency need basis. The contractor will deliver all after hour orders of Radiopharmaceuticals within two hours of the Radiopharmaceutical doses being ordered to the Nuclear Medicine Clinic, Room 1336. 5. The contractor will calibrate all Radiopharmaceutical doses to ensure proper activity ranges of +/- 10 percent of the specified ordered dose based on specific requirements provided by Nuclear Medicine Clinic based on guidelines outlined in 10 CFR Part 35. 6. The contractor shall provide a daily invoice accompanying all Radiopharmaceutical shipments to the Nuclear Medicine Clinic for all orders placed. 7. The contractor will ensure that all Radiopharmaceutical doses provided are compounded and calibrated by or under the supervision of a certified Nuclear Medicine Pharmacist. 8. The contractor shall provide courier service that is in accordance with Department of Transportation, Nuclear Regulatory Commission and other applicable regulating authorities enabling the delivery of all Radiopharmaceuticals. All couriers shall be licensed and shall submit all required paperwork in order to be granted access to the Naval Air Station, Jacksonville FL. The contractor shall be responsible for the removal of all used and unused radiopharmaceutical doses from the clinic within 72 hours of delivery. 9. The contractor shall notify the Naval Hospital Jacksonville Nuclear Medicine Clinic immediately should the inability arise to provide Radiopharmaceutical doses. 10. The contractor shall provide any training or education required to meet commercial standards related to use of radiopharmaceuticals to all staff Nuclear Medicine Technologists stationed at the Naval Hospital Jacksonville. 11. The contractor shall be able to provide a Nuclear Medicine management program. This program shall provide all necessary software and hardware maintained by the contractor. The management program shall allow for the receipt, inventory and proper documentation of Radiopharmaceutical doses dispensed. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 325412 with a Small Business Size Standard of 750 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on 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. Based on the above information, the only technically acceptable system is provided by Cardinal Health, Inc. Submit email capability statements (using PDF, MS Word, Excel attachments) to Courtney Piar at Courtney.piar@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Courtney Piar. Email statements are preferred. Statements are due not later than 9:00 A.M. EST on 15 March 2010. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N0023210RCRQ021-01/listing.html)
- Record
- SN02086963-W 20100311/100309234935-3d6e41e96da9b01b6d89443bd1583434 (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 |