Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
DOCUMENT

65 -- Radiopharmaceuticals - Attachment

Notice Date
9/6/2017
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veteran Affairs;Network Contracting Office 10;5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA25017Q1152
 
Response Due
9/21/2017
 
Archive Date
11/20/2017
 
Point of Contact
Jeffrey P. Rozema
 
E-Mail Address
y.rozema@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is VA250-17-Q-1152 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95 (Effective January 13, 2017). (iv) This combined synopsis solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 325412, and the size standard is 1,250 employees. (v) The Department of Veterans Affairs, John D. Dingell VA Medical Center, located at 4646 John R, Detroit, MI 48201 has a requirement for a licensed contractor to provide radiopharmaceuticals for the Nuclear Medicine Department for patient care. The John D. Dingell VAMC intends to award a firm fixed price, requirements contract to a licensed radio-pharmacy authorized to manufacture and distribute radiopharmaceutical supplies and services with a period of performance of October 1, 2017 through September 30, 2018. The successful awardee agrees to furnish radiopharmaceuticals in accordance with local, state, and federal regulations and the Statement of Work (Attachment A). The successful awardee shall be able to provide all the items listed in the Cost/Price Schedule (Attachment B) with deliveries when required. Multiple awards will not be made. (vi) See Attachment B Cost/Price Schedule for list of items to be acquired. (vii) Contractor shall deliver items FOB Destination to the John D. Dingell VA Medical Center, 4646 John R, Detroit, MI 48201. (viii) 52.212-1 Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors shall e-mail complete quotes to Jeffrey.Rozema@va.gov no later than 4:00 PM EST on Thursday, September 21, 2017. Responses shall be on an all or none basis; no partial submissions will be accepted. No grey market or refurbished items. The Government reserves the right to make no award in response to this RFQ. The following FAR/VAAR Provisions apply: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation (JAN 2017) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.216-1 -- Type of Contract (Apr 1984). Amended to read The Government contemplates award of a firm fixed price requirements contract resulting from this solicitation. 52.216-27 -- Single or Multiple Awards (Oct 1995). Amended to read The Government elects to award a single delivery order contract. 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Dec 2009) (ix) 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Award will be made to the offeror whose quote represents the best overall value to the government, considering technical capability, price, and past performance. Factor 1: Technical Capability Contractor must provide proof that they are fully licensed to supply the required radiopharmaceuticals. The offeror must demonstrate their ability to deliver the required products within the required timeframes. The contractor must provide a MapQuest or comparable illustration showing their ability to make all deliveries within the required timeframes. Factor 2: Price Price evaluation will be undertaken in accordance with FAR 12.209. Factor 3: Past Performance The Offeror shall provide a minimum of three references of current contracts within the past three years of similar size, scope, and or complexity. References may include Federal, State, and Local Government as well as private customers and shall include the following information: Name and address of the Contracting Activity. Names, email addresses, and telephone numbers of two points of contact (Contracting Officer and Customer) that would have firsthand knowledge on the performance of the contract. Contract type, scope of work, and contract total dollar value. Information obtained through the PPIRS database and any other sources deemed appropriate will also be used by the Government in conducting past performance evaluations. All evaluation factors except price shall be evaluated as either acceptable or unacceptable. Your offer must meet all the requirements identified in the Statement of Work. If your proposal does not meet all the Statement of Work requirements it will be evaluated as unacceptable and will receive no further consideration for award. If your proposal does not provide pricing for all the radiopharmaceuticals it will be evaluated as unacceptable and will receive no further consideration for award. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.203-99, 52.216-18, 52.216-19, 52.216-21, 52.216-22, 52.219-28, and 52.232-40; VAAR 852.203-70, 852.216-70, 852.232-72, and 852.246-71. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.224-3, 52.225-3; 52.225-13, 52.232-33. (xiii) N/A (xiv) N/A (xv) OFFERS ARE DUE Thursday, September 21, 2017, by 4:00 PM EST by e-mail at Jeffrey.Rozema@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. (xvi) Point of contact for this solicitation is Jeffrey Rozema Contracting Officer, Jeffrey.Rozema@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA25017Q1152/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-1152 VA250-17-Q-1152.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779614&FileName=VA250-17-Q-1152-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779614&FileName=VA250-17-Q-1152-000.docx

 
File Name: VA250-17-Q-1152 Attachment A - Statement of Work.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779615&FileName=VA250-17-Q-1152-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779615&FileName=VA250-17-Q-1152-001.pdf

 
File Name: VA250-17-Q-1152 Attachment B - Cost-Price Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779616&FileName=VA250-17-Q-1152-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779616&FileName=VA250-17-Q-1152-002.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04663331-W 20170908/170906232327-6e04b0e93694c93531e15e74cd9281de (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.