Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
DOCUMENT

68 -- RADIOPHARMACEUTICALS - Attachment

Notice Date
6/24/2011
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
VA HEALTH CARE SYSTEM;Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA26311RP0415
 
Response Due
6/29/2011
 
Archive Date
7/29/2011
 
Point of Contact
Denise Hill, Contract Specialist, (605) 333-6822
 
E-Mail Address
Contract Specialist
(denise.hill@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation VA-263-11-RP-0415 is being issued as a Request for Proposal (RFP) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-44. This solicitation is being issued as an unrestricted procurement and the North American Industry Classification System Code (NAICS) code is 325412 with the standard size of 750 employees. The VA Health Care System, VISN 23, VA Medical Center, Sioux Falls, South Dakota, has the requirement to procure Radioisotopes per the following specifications: Licensed Radiopharmacy (contractor) to provide radiopharmaceuticals as indicated in tables below for Base Year and one (1) Option Year. Orders will be placed one day prior to requirement for those pre-scheduled (90% of patients). For those patients not pre-scheduled (approximately 10% of patients), orders will be phoned-in the same day as testing material is required. Contractor must be able to provide up to three (3) deliveries per day as required. First delivery of day will be accomplished approximately 6:15am with other deliveries performed within one hour of call. Costs indicated in Schedule if Items include all delivery costs (no separate delivery charges). Contractor must also provide the following services: (a) Must furnish VA a copy of its radiopharmaceutical license; (b) Must provide 24-hour round-the-clock coverage; (c) Must accept delivered syringes and vials (used and unused) returned by VA for disposal. Please complete and submit both Schedule of Items: BASE YEAR: 7/1/2011 - 6/30/2012 1. Cardiolite Tc99m 10mCi unit dose30 2. Cardiolite Tc99m 30mCi unit dose 30 3. CCK Kinevac (Sincalide) vial 25 4. DTPA Aerosal Tc99m 40mCi unit dose 5 5. I 123 Capsule 200uCi30 6. In 111 Oxine WBC Labeling1 7. MAA Lung Scan Tc99m 6mCi unit dose 30 8. Mag-3 Renal Tc99m 10mCi unit dose60 9. MDP Bone Tc99m 30mCi unit dose200 10. HDP Bone Tc99m 30mCi unit dose50 11. Pyrophosphate (PYP) multidose vial30 12. Pyrophosphate Tc99m 20mCi unit dose5 13. Rph call-out (to include Accuracy testing and Efficiency testing) 10 14. Sulfur Colloid Tc99m 450 uCi filtered.2micron (sentinel node) 4 15. Sulfur Colloid, Tc99m 10mCi unit dose 4 16. Sulfur Colloid, Tc99m 500uCi unit dose 40 17. Sulfur Colloid, Tc99m filtered “up to 150uCi unit dose 4 18. Tc99m 1mCi in bulk vial (mCi) 1,200 19. Tc99m 20mCi unit dose 30 20. Thallium Tl-201 unit dose 20 21. Tetrofosmin (Myoview) Tc99m unit dose 3,000 22. Mebrofenin (Choletec) Tc99m 6mCi unit dose 50 23. Weekend or non-scheduled delivery 10 OPTION YEAR I: 7/1/2012 - 6/30/2013 1. Cardiolite Tc99m 10mCi unit dose30 2. Cardiolite Tc99m 30mCi unit dose 30 3. CCK Kinevac (Sincalide) vial 25 4. DTPA Aerosal Tc99m 40mCi unit dose 5 5. I 123 Capsule 200uCi30 6. In 111 Oxine WBC Labeling1 7. MAA Lung Scan Tc99m 6mCi unit dose 30 8. Mag-3 Renal Tc99m 10mCi unit dose60 9. MDP Bone Tc99m 30mCi unit dose200 10. HDP Bone Tc99m 30mCi unit dose50 11. Pyrophosphate (PYP) multidose vial30 12. Pyrophosphate Tc99m 20mCi unit dose5 13. Rph call-out (to include Accuracy testing and Efficiency testing) 10 14. Sulfur Colloid Tc99m 450 uCi filtered.2micron (sentinel node) 4 15. Sulfur Colloid, Tc99m 10mCi unit dose 4 16. Sulfur Colloid, Tc99m 500uCi unit dose 40 17. Sulfur Colloid, Tc99m filtered “up to 150uCi unit dose 4 18. Tc99m 1mCi in bulk vial (mCi) 1,200 19. Tc99m 20mCi unit dose 30 20. Thallium Tl-201 unit dose 20 21. Tetrofosmin (Myoview) Tc99m unit dose 3,000 22. Mebrofenin (Choletec) Tc99m 6mCi unit dose 50 23. Weekend or non-scheduled delivery 10 This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1, Instructions to Offerors- Commercial Items (June 2008); 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009); 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (July 2010); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-10, Reporting Executive Compensation and first-Tier Subcontract Awards (Jul 2010), 52.216-18 Ordering (Oct 1995), 51.216-19 Order Limitations (Oct 1995), 52.216-21 (Requirements)(Oct 1995), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-4 Notice of Total Small business Set-Aside (June 2003)(15 U.S.C. 644)(ii), 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2)and (3), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.223-9 estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008), 52.225-1 Buy American Act-Supplies (Feb 2009), 52.225-3 Buy American Act-Free Trade Agreements (June 2009), 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts). 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.232-36, Payment by Third Party (Feb 2010)(31 USC 3332), 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 USC 552a), 52.226-6, Promoting Excess Food Donation to Nonprofit Organization (Mar 2009), 52.249-4 Termination for Convenience and the following VAAR clauses: 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, Warranty 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, and other such information corresponding to each minimum required item, which demonstrates the Offeror ™s capabilities, and shall identify where the offered service meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Award will be made to the offeror meeting the listed specification with price as a secondary factor. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 4:00 pm CT on Wednesday, June 29, 2011. Anticipated award date is 6/30/11 with deliveries to begin on 7/1/11. Quote may be mailed, faxed or emailed to Denise Hill at the VA Health Care System, Department of Veterans Affairs, Contract Management (90C), 2501 W 22nd Street, Sioux Falls, SD 57105. Fax: (605) 333-6829, or e-mail: denise.hill@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26311RP0415/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RP-0415 VA-263-11-RP-0415_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213114&FileName=VA-263-11-RP-0415-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213114&FileName=VA-263-11-RP-0415-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA HEALTH CARE SYSTEM;Department of Veterans Affairs;2501 W 22nd ST
Zip Code: 57105
 
Record
SN02481541-W 20110626/110624234319-74d7910087b4f224abe325c2bba8ffad (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.