SOURCES SOUGHT
65 -- CONTRACT #_Radiopharmaceuticals_VENDOR_STATION
- Notice Date
- 6/12/2012
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Service Area Organization (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- VA24012R0150
- Response Due
- 6/26/2012
- Archive Date
- 8/25/2012
- Point of Contact
- Pedro Catinchi
- Small Business Set-Aside
- N/A
- Description
- Radiopharmaceuticals ***THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY*** ***NO PRICING IS REQUIRED*** ***THE VA IS ONLY SEEKING SOURCES AND INFORMATION*** ***CONTRACTORS ARE WELCOME TO PROVIDE CAPABILITY STATEMENTS, COMMENTS AND QUESTIONS CONCERNING FUTURE SOLICIATIONS*** Background: The Veterans Affairs Medical Centers (VAMC's) of Veterans Integrated Service Network (VISN) 3, located in the states of New York and New Jersey, require delivery of Radiopharmaceutical unit doses in order to perform a variety of Nuclear Medicine diagnostic procedures. The VAMC's that request deliveries of radiopharmaceuticals are as follows: "New York Harbor Health Care System (NY HHCS) in the cities of Manhattan and Brooklyn, N. Y. 10010. "VA Hudson Valley Health Care System (VA HVHCS) in the city of Castle Point, N. Y. 12511. "Northport VAMC in the city of Northport, N. Y. 11768. "VAMC Bronx in the city of Bronx, N. Y. 10468. "New Jersey Health Care System (NJHCS) in the city of East Orange, N.J. 07108. The contractor shall provide all labor, supervision and transportation necessary to meets the needs of the daily deliveries to the VAMCs. The contactor shall have an adequate supply of contract products to meet the requirements of the VAMCs The contractor shall provide, on an as needed basis, miscellaneous supplies and/or services, including but not limited to: sealed sources for Quality Assurance (QA) procedures and Radiation Safety Officer (RSO) safety audits for federal compliance. MINIMUM QUALIFICATIONS "Contractor must have current knowledge of VA privacy, data security, and risk management procedures and practices. "Contractor will meet Occupation Safety and Health Association (OSHA) Bio Hazard Policy and Regulations for needless disposal. "Contractor shall abide the Title Code of Federal Regulations (CFR 10). PERIOD OF PERFORMANCE (POP) The contract's POP will include a BASE period (October 1, 2012 through September 30, 2013) for delivery of Radiopharmaceutical on Fiscal Year (FY) 2013 with the inclusion of four, 12-months OPTION periods for delivery of Radiopharmaceutical on FY 2014-2018. CONTRACTOR REQUIREMENTS Financial Responsibility: The required radiopharmaceuticals shall be furnished from an established business that is financially responsible and able to show evidence of reliability, ability, experience, equipment, and personnel directly employed by the business and supervised by them to render prompt and satisfactory service. Authorized Staff to place orders: The radiopharmaceutical orders are to be placed to the vendor only by an authorized Nuclear Medicine Professional staff. Upon award, the contractor will be furnished with the names of the personnel for each facility that are authorized to place orders against the contract. Delivery Timelines: Orders for daily routine unit doses will be placed no more than 24 hours in advance and shall be delivered by 7:30 am Monday through Friday in a designated delivery location namely the Nuclear Medicine Section of the Imaging Service. The vendor shall plan on at least three daily routine deliveries and/or pickups during normal business hours per VAMC with additional emergency deliveries as needed by the Nuclear Medicine Section within 2 hours as required. Labeling Doses: The contractor shall label all unit doses of delivered radiopharmaceuticals with the amounts, preparation time, expiration time and date, etc. and provide a bar labeled insert to allow scanning data in the Nuclear Medicine Information Management System (NMIS). If the contractor's system varies from the current (Pinestar) NMIS information system, the contractor shall provide their system as well as data migration, technical support, and training to staff on its use at no additional cost to the government. Radioactive Label: All packaging of radioactive materials must be clearly labeled "radioactive" with the proper class and exposure levels, preparation time, expiration time and date and VA order number on the outside of the shipping container in order to comply with specific requirements. All shipping containers must be free of radioactive contamination both inside and outside and adequately packaged to prevent damage during handling and storage. The vendor must supply with each shipment / order / delivery a system for spent (used) syringes, which meets OSHA's Bio Hazard Policy/ Regulations and is needless. Nuclear Regulatory Commission License: The contractor must be licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing radiopharmaceuticals. Additionally, the contractor shall meet the Department of Transportation, National Health Physics Program (NHPP), Food and Drug Administration (FDA), OSHA, and all other agency rules and regulations (Federal and State). Contractors shall provide copies of licenses and certifications along with proposals. CFR10: The contactor shall abide the Title Code of Federal Regulations (CFR 10). Sales Representative: The contractor shall assign to the Medical Center an individual sales representative to facilitate the smooth coordination between the Medical Center and the Nuclear Pharmacy. Quality Control Manual: The contractor shall provide a copy of their laboratory's current quality control manual and shall be willing to discuss discrepancies in lab results which do not fit the clinical picture. The contractor shall test all products for quality control periodically and only those products that pass quality control may be sent to VAMC's. The testing and the detailed report shall be furnished to VAMC's at no additional cost. All quality control testing/procedures shall be performed as required by Federal and State regulatory agencies. Orders: VAMC's Nuclear Medicine Section may cancel ordered doses within a ten hour (10) notice to vendor. Returns: The contractor shall accept returns for credit under the following conditions: "Product(s) ordered or shipped in error "Product(s) damaged in shipment "Recalled product(s) "Outdated products in unopened, original container (specifically authorized for return by manufacturer.) "Unused doses of patients who fail to keep their appointments. "The contractor shall not add to the invoice the cost of overages. Any cost to replace damaged or incorrect products will be at cost of the contractor. Replacements shall be received within 48 hours of notification of VAMC's. "Cold kits shall be returned to vendor for credit or replacement if expiration date is exceeded. All charges for delivery shall be included in the fee schedule to include fuel surcharges. "MSDS Sheets: Contractor shall provide Material Safety Data Sheets (MSDS) and updates as necessary on all delivered products for the VAMC's. Delivery: Time of delivery specified or mutually agreed to at the time of receipt of telephone orders shall become mandatory upon the contractor's acceptance to commitment. Access to the nuclear medicine section during non business hours shall be obtained by contacting the VA police service. Delivery of supplies by the scheduled time will be complete except as otherwise authorized by ordering personnel. Failure to perform in accordance with the delivery commitment may be grounds for termination of contract in accordance with the provisions for default. Payments shall be made in the arrears via government purchase credit card. Invoice shall include period covered, billing date, name of preparation, quantity, and amount. Solicitation: At the Solicitation time, the contractor shall bid on price per desired quantity or unit dose as requested below: RADIOPHARMACEUTICAL ESTIMATED USAGE Name of ProductU/IA*B*C*D*E*Total U/I/YTotal U/I/(5)Y I-131 Caps first, 1-6 mCidose414102020122610 I-131 Caps, each add mCi dose1020002052351175 I-131 Liquid, per mCidose1105000106530 00 I-131 NAI Diagnostic, 5 uCi dose1701001890 I-131NAI Diagnostic, 15 uCidose1000015 I-131NAI Diagnostic, 25 uCidose1000015 I-131NAI Diagnostic, 50 uCidose50000525 I-131NAI Diagnostic, 100 uCidose2000156158790 I-123 WBC, per mCidose1010001155 I-123, 100 uCidose600001562161080 I-123, 200 uCidose61894080453151575 00 I-123 MIBG, 10 mCIdose21011525 I-123 MIBG, 5 mCidose01001210 DaTSCAN (loflupane I-123 injection), 5 mCi dose25000735 00 Thallium-201 Cl, 1.5 mCidose1636622110 Thallium-201 Cl, 3.5 mCidose6636627135 Thallium-201 Cl, per mCidose010001020100 00 Gallium-67 Citrate, 5 mCidose590002584420 Gallium-67 Citrate, 6 mCidose1100152046230 Gallium-57 Citrate, each additional mCidose105040560300 Gallium-67 Citrate, per mCidose1160001785 00 99m-Tc Choletec, 5 mCidose3212203012106530 99m-Tc DMSA, 10 mCidose11020420 99m-Tc DTPA (Brain), 20 mCidose21011525 99m-Tc DTPA Aerosol, 45 mCidose762510240153661830 99m-Tc DTPA Renal, 10 mCidose120122540200 99m-Tc ECD, 20 mCi dose11011420 99m-Tc HMPAO WBC, 20 mCi dose11041735 99m-Tc HMPAO, 30 mCi dose1010121470 99m-Tc MAA, 4.0 mCidose7600240203361680 99m-Tc MAA, 5.0 mCidose1291001555275 99m-Tc MAG-3, 10 mCidose5355204010178890 99m-Tc MDP, 25 mCidose7725502004001000292214610 00 99m-Tc Pertechnetate, 1 mCidose2602600005202600 99m-Tc Pertechnetate, 20 mCidose715001591455 99m-Tc Pertechnetate, 20 mCi 5dose00002020100 99m-Tc Pertechnetate, 35 mCidose1100050011055525 99m-Tc Pertechnetate 150 mCi for linearitydose800 41260 99m-Tc Pyrophosphate, 30 mCidose1142311422891445 99m-Tc Pertechnetate 75 uCi for shunt studydose30001420 00 Tc-99m Sulfur colloid, filtered, 1 mCidose66124542210 Tc-99m Sulfur colloid, filtered, 200 uCidose40000040200 Tc-99m Sulfur colloid, 1 mCidose40051265122610 Tc-99m Sulfur colloid, 5 mCidose144123512176880 00 Choletec vialsvial75004010125625 DTPA vialsvial100002015135675 MAA vials vial100002020140700 MDP vialsvial200002002201100 00 Tc-99m Tetrofosmin, 20 mCidose20000210 Tc-99m Sestamibi, 10 mCidose110031575015000366518325 Tc-99m Sestamibi, 20 mCidose252006126013116555 Tc-99m Sestamibi, 30 mCidose03157500010655325 Tc-99m Sestamibi, 35 mCidose1020001500500302015100 Tc-99m Sestamibi, 50 mCidose00400420 00 Stannous Pyrophosphate vialsvial4520002590450 00 Indium-111 Octreotide, 6 mCidose124061032160 Indium-11 Prostascint 6 mCi dose31021735 Indium-111 Oxine WBC, 0.5 mCidose1240102459295 Indium-111 DTPA for Cisternogram 1.5 mCidose10005630 QA radioisotopes 00 Gd-153, 10 mCieach0100015 Tc99m Pertechnetate, 200 mCieach02000210 Co-57, 20 ml vial source, 5 mCi for dose calibratoreach21111630 CO57 Flood Source, 10 mCi each11121630 CO57 Flood Source, 5 mCi each11011420 CO57 Rod Source, 1mCieach11011420 CO57 Rod Source, 0.1 uCieach0100015 CO57, 50 uCi Point Sourceeach0100015 Therapy 0 00 Y90 Zevalindose13000420 Metastran (SR-89) per mCidose11011420 Quadramet (Sm-153) per mCi dose12021630 Others 00 Sincalide for IV injection (5mcg per 5 ml vial) dose46010020100 ACDeach03000030150 UltraTag RBC Kit kits118010010129645 00 Fee for emergency delivery, 1 hourHour101121125125 Rest Myocardial Perfusion Studies, 10 mCidose00003003001500 Stress Myocardial Perfusion Studies, 30 mCidose00003003001500 Cesium 137 reference source for dose calibrator 200 uCidose20001315 Tc Myoview, 20 mCidose20000210 LEGEND U/I: Unit of Issue Y: Year *Veterans Affairs Medical Centers (VAMC) A: NY Harbor ( Who served Brooklyn and Manhattan B: East Orange C: Hudson Valley D: Northport E: Bronx Firms with interest and capability to respond to this requirement should develop a short narrative including relevant experience and other information indicating and evidencing capability to successfully meet the aforementioned requirements. Interested parties should send their company information via E-mail (preferred) or fax to Mr. Pedro Catinchi, Contracting Officer, Service Area East Office. E-mail is pedro.catinchi@va.gov and fax number is 412-822-3440. Company information must include business type e.g. Service Disabled Veteran Owned Business, Woman Owned Small Business, etc. Information should be provided no later than June 26, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f8ae4b5a64b8902cabea42462b6fd386)
- Place of Performance
- Address: 323 North Shore Drive;Pittsburgh, PA
- Zip Code: 15601
- Zip Code: 15601
- Record
- SN02773668-W 20120614/120612235656-f8ae4b5a64b8902cabea42462b6fd386 (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 |