DOCUMENT
66 -- Radiopharmaceuticals for PET/CT scanner in Nuclear Medicine - Attachment
- Notice Date
- 3/4/2015
- Notice Type
- Attachment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 02;1304 Buckley Road;Suite 101;Syracuse NY 13212
- ZIP Code
- 13212
- Solicitation Number
- VA52815R0125
- Response Due
- 3/10/2015
- Archive Date
- 5/9/2015
- Point of Contact
- Allison Dubin
- E-Mail Address
-
25-4400
- Small Business Set-Aside
- Total Small Business
- Description
- The Albany VA Medical Center currently has a procurement request for radiopharmaceuticals. This is a Combined Synopsis/Solicitation for 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. Interested parties that can respond to this Combined Synopsis/Solicitation must provide evidence that they have a potential to meet the requirements as identified herein. The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to the date listed in FBO will be considered by the Government. The NAICS code is 325412 and the size standard is 750 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. Only emailed requests received directly from the requester are acceptable. STATEMENT OF WORK (SOW) Albany VA Medical Center, Albany, NY is contracting for a centrally located Nuclear Pharmacy to provide both diagnostic and therapeutic unit dose PET radiopharmaceuticals. Total contract period shall not exceed three years. Each option year exercised shall be funded by a separate delivery/task order for each separate facility and shall be contingent upon next FY funding. Dates are dependent upon award date: PART I: Base Year: March 15, 2015 through March 14, 2016 PART II: 1st Option Year: March 15, 2016 through March 14, 2017 PART III: 2nd Option Year: March 15, 2017 through March 14, 2018 SUPPLIES OR SERVICES Contractor to provide Radiopharmaceutical Isotopes to the Nuclear Medicine/PET Department at the Albany VAMC, Albany, NY for PET oncology, cardiac, and research studies. Contractor to provide radiopharmaceuticals to be used in the GE Discovery PET/CT model number 432541CN1. A. UNIT DOSE ITEMS These items are to be provided on a unit dose basis, or otherwise specified, pre-drawn into a syringe, calibrated and delivered to the VA Nuclear Medicine PET/CT Department. This will include new, enhanced, upgraded or other radiopharmacueticals not listed or available at time of contract award. B. DESCRIPTION/SPECIFICATIONS Contractor shall furnish and deliver radiopharmaceutical supplies as LISTED HEREIN TO THE: Albany VA Medical Center 113 Holland Avenue Albany, NY 12208 Contractor will deliver all orders by 8:00 AM Mon - Fri. Contractor must be licensed by the Nuclear Regulatory Commission and be regularly established to have been in the business of providing radiopharmaceuticals for at least three (3) years. Offeror must provide copies of licenses and certifications along with Offer to the Contracting Officer prior to award, and annually, thereafter. C. DELIVERY ORDERS The Contractor shall supply the Imaging Service, Nuclear Medicine Section with the PET radiopharmaceuticals that are listed on the Department of Veterans Affairs Materials Permit No 31-02755-05, Amendment No 34 for Albany VAMC. The Contractor must be capable of supplying Nuclear Medicine with the required unit doses and cold kits approved for nuclear medicine PET Scans use as needed by VA. The Contractor needs to accept daily orders and have them calibrated for the time it is requested by VA. The Contractor is responsible for delivering the material at least twice a day, the first drop off occurring at 7:30 am from orders placed the evening before. The second drop off will be scheduled as needed by the Nuclear Medicine technologists. The PET radiopharmaceuticals need to be contained in a syringe with the patient's name, identifier, description of what was ordered, and dosage amount in order to eliminate possible administration errors. The Contractor must include provision for return of and credit for cancelled doses. Inside delivery is required for deliveries. The contractor is also responsible for delivering the materials following the shipping protocol in accordance with the Nuclear Regulatory Commission requirements and the State of New York and Department of Transportation (DOT) rules and regulations. These standards include that the material being delivered must be inside a lead pig, locked in an appropriate external container. 1.No deliveries of unit doses except by the courier of the supplier. 2.All couriers must wear picture ID that is clearly visible while making deliveries of radiopharmaceuticals. All packaging of radioactive material must be clearly labeled PET RADIOACTIVE on the outside of the carton it is shipped in. All appropriate package signage will be observed according to DOT and NYS rules and regulations, as usual and customary. Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, F.D.A., OSHA and all other agency rules and regulations (Federal and State). Contractors shall perform all quality control procedures as required by Federal and State regulatory agencies. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. a.Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. b.For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COTR. Orders can be placed orally by telephone and/or fax transmission. Contractor shall routinely provide one (1) delivery per day free of charge. (F.O.B Destination). D. DELIVERY LOCATION Deliveries will be made to: Albany VA Medical Center Attn: PET Hot lab. Room number 27-113 113 Holland Avenue Albany, NY 12208 Access to this room during non-business hours shall be obtained by contacting VA Police Service or a key shall be provided by the Contracting Officer's Representative (COR). E. PERSON'S AUTHORIZED TO PLACE ORDERS Individuals whom the Contracting Officer has appointed as Ordering Officers Representatives. F. SOLICITATION The solicitation adheres to the format defined in FAR 12 and FAR 13.5 G. ABBREVIATIONS 18F - FDG (Fluorodeoxyglucose) 18F-NaF (sodium Fluoride) H. NATIONAL HOLIDAYS Nuclear Medicine/PET is not open on National Holidays Federal Holidays consist of: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day I. INSTRUCTION TO OFFERORS Vendor must be registered with the sam.gov to further qualify for this contract. The offeror's quote shall, at a minimum, address each of the factors and additional documents listed in this RFP. During evaluations of each quote, the Government will assess each area of the Technical Quote to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical quote based on the evaluation criteria described in the Evaluation Section below, as well as those requirements listed in the SOW. The Government will infer from the offeror's responses to these specified evaluation criteria the offeror's capability to perform to the requirements of the entire SOW. OFFER SUBMISSION REQUIREMENTS: Under no circumstances shall any pricing be included in the Technical Quotes. Offeror will submit three separate quote packages; technical, price, and additional documents that will not be evaluated for technical competency, but are required by the offer due date. All three packages will be submitted to in one (1) electronic copy to allison.dubin2@va.gov. Offers shall be submitted in accordance with the structure and format stipulated both here and elsewhere in this section. CD and faxed quotes are not allowed. Technical/Price/Additional Document packages shall contain cover sheets labeled with the Solicitation Number, Title, Location, Offeror Organization, Address, Point of Contact, Phone Number, Fax Number, and Email Address. CONTENT OF QUOTE PACKAGES: 1. The technical package will consist of the following: Factor 1: Technical Approach/Capability Subfactor 1: Vendor must include a copy of their Nuclear Pharmacy License Subfactor 2: Vendor must show ability to deliver products Monday through Friday by 8:00 AM. Vendor must provide a MapQuest illustration showing their ability to deliver. Subfactor 3: Vendor must provide an emergency plan procedure for deliveries in inclement weather. Factor 2: Past Performance The offeror shall provide 3 references which can validate past experience within the last 3 years. References shall include the following minimum information: a.Agency/Institution Name b.Point of Contact c.POC phone number and e-mail address d.Duration of contract (or start date if performance is ongoing) Please note: A. The Government may conduct reference checks on contracts not submitted by the vendor but which the Government has previous knowledge of or becomes aware of during the course of the evaluation. The Government may also review past performance found in the Past Performance Information Retrieval System or any other Government contractor performance system available. B. The Government will give the vendor an opportunity to respond to adverse past performance information obtained from the reference checks. 2. The price package shall include: Factor 3: Price Please submit a separate spreadsheet listing the quantity, unit price and extended amount for each radiopharmaceutical listed below for the period of performance. Offerors must provide pricing for normal (one day) deliveries for each PET radiopharmaceutical identified in the statement of work. Please Note: Offerers must bid on ALL items in the Schedule Base Year (March 15, 2015 to March 14, 2016) ClinProduct nameUnit of MeasureEstimated Annual UsageUnit PriceTotal Price 001FDG10-15rnCi per Dose412 002F18 or equivalent10mCi/dose78 Estimated total price of Base Year:__________________________________________ Option Year 1 (March 15, 2016 to March 14, 2017) ClinProduct nameUnit of MeasureEstimated Annual UsageUnit PriceTotal Price 003FDG10-15rnCi per Dose412 004F18 or equivalent10mCi/dose78 Estimated total price of Option Year 1:______________________________________ Option Year 2 (March 15, 2017 to March 14, 2018) ClinProduct nameUnit of MeasureEstimated Annual UsageUnit PriceTotal Price 005FDG10-15rnCi per Dose412 006F18 or equivalent10mCi/dose78 Estimated total price of Option Year 2:______________________________________ Total estimate: _______________________________ 3. Additional documents package shall include: a.Completed Reps and Certs if offeror does not list the NAICS code on their annual ORCA submission. b.Signed Standard Form 1449, and acknowledgment of all amendments. c.A copy of current, applicable FSS contract and modifications. ? E.2 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a)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, in descending order of importance: Factor 1: Technical Approach/Capability Subfactor 1: Vendor must include a copy of their Nuclear Pharmacy License Subfactor 2: Vendor must show ability to deliver products Monday through Friday by 8:00 AM. Vendor must provide a MapQuest illustration showing their ability to deliver. Subfactor 3: Vendor must provide an emergency plan procedure for deliveries in inclement weather. Factor 2: Past Performance Factor 3: Price The proposals will be evaluated based on lowest price technically acceptable proposals. All evaluation factors (core requirements) except price, are in effect, evaluated on a "Go, No Go" basis. Your proposal will either meet ALL core requirements or fail. Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) As a minimum, offers must include- 1.Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov. 2.Company name, phone number and fax number 3.Company point of contact name, email address and phone number 4.Company Mailing address and Remit to address, if different than mailing address 5.Acknowledgment of Solicitation Amendments 6.Offeror's Federal Tax ID Number; 7.Offeror's DUNS number 8.Business size Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) 9.Offeror must provide copies of licenses and certifications 10.A detailed statement regarding technical capabilities and qualifications, and any additional supporting literature. All interested parties shall respond to allison.dubin2@va.gov by 5:00 PM EST Tuesday, March 10, 2015. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information can be emailed to the Contracting Specialist. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253 (1) the Albany VA Medical Center anticipates entering into a procurement for PET radiopharmaceuticals. (ii) The reference/solicitation number is VA528-15-R-0125 and the solicitation is issued as a request for proprosal (RFP). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 325412 (size standard of 750 employees) applies to this solicitation. (v) This requirement consists of radiopharmaceuticals (vi) Period of performance is March 15, 2015 - March 14, 2018 (vii) Delivery of radiopharmaceuticals will be to the Albany VA Medical Center, 113 Holland Avenue, Albany, NY 12208. (viii) The following solicitation provisions/contract clauses apply: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) FAR 52.212-3, Offeror Representations and Certification, Commercial Items (Aug 2013). Offerors must include a completed copy of the provision with its offer or fill out online representations and certifications at 52.212-1 Instructions to Offerors-Commercial Items. FAR 52-212-4, Contract Terms and Conditions - Commercial Items (Jul 2013). FAR 52.212-5, Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2013). For the purposes of this clauses, items (b), 1, 4, 6, 7 14, 23, 26, 27, 28, 29, 30, 31,32, 33, 38, 39, 41, 42, and 48 are considered checed and apply. FAR 52.216-21, Requirements FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6, Small Business Set Aside FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer (Jul 2013) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). For the purpose of this provision, the fill-in's are http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/vffara.htm respectively. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). For the purpose of this provision, the fill-in's are http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/vffara.htm respectively. FAR 52.223-3, Hazardous Material Identification and Material Safety Data - Alternate I (Jan 1997). FAR 52.232-18, Availability of Funds VAAR 852.203-70, Commercial advertising (Jan 2008) VAAR 852.211-70, Service data manuals (Nov 1984) (a) 811.107 (a) VAAR 852.246-71, Inspection (Jan 2008) VAAR 852.232-72, Electronic submission of payment requests (Nov 2012) VAAR 852.216-70, Estimated quantities (Apr 1984) RESPONSES ARE DUE Tuesday, March 10, 2015, by 5:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to allison.dubin2@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to allison.dubin2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815R0125/listing.html)
- Document(s)
- Attachment
- File Name: VA528-15-R-0125 VA528-15-R-0125_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1898370&FileName=VA528-15-R-0125-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1898370&FileName=VA528-15-R-0125-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-15-R-0125 VA528-15-R-0125_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1898370&FileName=VA528-15-R-0125-000.docx)
- Record
- SN03658304-W 20150306/150304234846-f8c2b95065a5275f6382df86b42abe9d (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 |