SOURCES SOUGHT
65 -- Ga68 DOTATATE (NETSPOT) Radiopharmaceutical
- Notice Date
- 12/6/2023 10:54:09 AM
- Notice Type
- Sources Sought
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25724Q0172
- Response Due
- 12/11/2023 9:00:00 AM
- Archive Date
- 12/26/2023
- Point of Contact
- Rafael A Rodriguez, Rafael Rodriguez, Phone: 787-781-8700
- E-Mail Address
-
Rafael.Rodriguez2@va.gov
(Rafael.Rodriguez2@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 Page 1 of 2 This not a request for quotes; the Government is seeking information for market research purposes only. 1. GENERAL INFORMATION 1.1. VA North Texas Health Care System (VANTHCS) requires the manufacturing and delivery of Gallium (Ga68) DOTATATE for the diagnosis and treatment of patients with gatroenteropancreatic neuroendocrine tumors that are positive for the hormone receptor somatostatin. The North American Industry Classification System (NAICS) is 325412 Pharmaceutical Preparation Manufacturing 1,300 emp. PSC: 6505 Drugs and Biologicals Responses to this notice shall include company/individual name, size status for the above reference NAICS code, a service capability statement, SAM Entity Unique Identifier (EUI), DUNS Number, address, point of contact and examples of similar facilities to which similar services have been provided to. Contractors should provide information on whether they are certified SDVOSB, VOSB, Hub zone, 8(a), women-owned concern. If standard company brochures will be provided as a response to this Source Sought, ensure that additional information tailored to this notice is included. A solicitation is not currently available. If a solicitation is issued, it will be announced on the Contract Opportunities website https://sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the response to this announcement. Contractors must be registered in System for Award Management (SAM), see internet site: https://www.sam.gov for information about registration. Specific areas to be addressed in capability packages submitted by respondents are as follows: DESCRIIPTION AND SALIENT CHARACTERISTICS 1.1. Scope 1.1.1. VA North Texas Health Care System (VANTHCS) requires the manufacturing and delivery of Gallium (Ga68) DOTATATE for the diagnosis and treatment of patients with gatroenteropancreatic neuroendocrine tumors that are positive for the hormone receptor somatostatin. 1.2. Estimated Workload 1.2.1. Delivery of Gallium (Ga68) DOTATATE is necessary for the diagnostic PET/CT imaging of neurodendocrine positive lesions in patients with gastroenteropancreatic cancer. Contractor/licensee shall have available an adequate supply of contracted products to meet the requirements of the VANTHCS with proof of contingency supply chain to prevent disruption of clinical care. Routine dose requests will be ordered/scheduled with at least 48 hours advance notice to the vendor. Upon receiving Urgent requests, VANTHCS will call the vendor first to confirm dose availability 10 minutes prior to the calibration time. In the event that Nuclear Medicine Service is unable to perform a patient scan due to a NETSPOT dose arriving in an unusable form (e.g. too low activity and below the recommended range for diagnostic imaging radiopharmaceuticals, typically 10% to 20%), the vendor will not invoice for the dose. 1.3.5.1 Calibration time for each requested radiopharmaceutical will be specified with each order or will be spelled out in the requirements provided by the VANTHCS Nuclear Medicine service. 1.3.5.2 All packages containing radioactive material must be labeled and shipped IAW Title 49, Code of Federal Regulations Part 172 and 173. 1.3.5.3 The label must include the radiation symbol and the words ""CAUTION, RADIOACTIVE MATERIAL"" or ""DANGER, RADIOACTIVE MATERIAL"" and an identifier that ensures that the syringe, vial, or other container can be correlated with the information on the transport radiation shield label. Contractor/licensee shall label all unit doses of delivered radiopharmaceutical with the following details: Amount of radiopharmaceutical at calibration/preparation date and time Radiopharmaceutical expiration date and time Radiopharmaceutical volume Label must be affixed to each unit dose 1.3.6. Contractor/supplier shall abide by Title 10, Code of Federal Regulation, which states: A Licensee may use for medical purposes only: (a) By-product material or cyclotron produced materials manufactured, labeled, packaged and distributed in accordance with a license issued pursuant to the regulations in Title 10, Code of Federal Regulations, Part 35 and/or the equivalent regulations of an Agreement State. (b) Reagent kit that has been manufactured, labeled, packed and distributed in accordance with approval by the Commission pursuant to Title 10 CFR 32.72 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use. 1.3.7. Software. The Contractor must provide compatible software to allow for scanning by a Barcode reader using existing Nuclear Management Information System software at VANTHCS. A letter confirming this requirement must be submitted with the quote. If the Contractor's/licensee s system varies or is incompatible from the VANTHCS facility NMIS, the Contractor shall provide means for compatibility or an alternative system with any needed data migration, technical support, and training for staff on its use at no additional cost to the Government. Any additional tracking system(s) provided must comply with all VA and associated IT, as well as information security, requirements [see above]. Any provided system must adequately, and securely, link different sites of Nuclear Medicine Service operations. 1.3.8. Instrument Calibrations. The Contractor must provide instrument calibration/testing for dose calibrators, wipe counters, and probe/well. Testing must include Accuracy, Geometry, Linearity, and annual or as needed calibrations. 1.3.9. Contractor will utilize only FDA approved products and sources for those products, unless otherwise mutually agreed upon in the context of compassionate care or IRB approved research. Pricing will be based upon a unit dose price per quantity of doses ordered with no other fees or surcharges. A tiered pricing structure with lower cost per increased quantity used is preferred. 1.4. Quality Control (QC) 1.4.1. The objective of QC is to ensure that the medication or radiopharmaceutical passes all required testing to ensure that it is a quality product and safe for patient use. The Contractor shall perform all QC s IAW the manufacturer/governing body specifications, the approved QC instructions and schedule. 1.4.2. QC Instructions. Using applicable manufacturer s specifications, standard industry practices and this PWS, the Contractor must test all products for Quality Control and only those products that pass quality control may be sent to the VANTHCS. This testing shall be performed at no cost to the VA. The contractor will provide a detailed description of the test upon request. 1.4.2.1. In the event that a quality control or material defect is suspected and/or detected by any VANTHCS staff Nuclear Medicine Technologist or staff Nuclear Medicine Physician, or qualified personnel from the VANTHCS Radiation Safety Office, the Contracting Officer Representative (COR) for this contract will notify the Contractor and request the Contractor to provide any consultation necessary to alleviate any said suspicion and/or defect by the following: Provide technical expertise in calibration. Provide professional examination of product; submit results and recommendations to the Contacting Officer. Make expedient replacement of any product suspected of being deficient. 1.4.2.2 Deliveries for VANTHCS- Dallas/ Fort Worth will incorporate sufficient lead or other high-density metal shielding to comply with all applicable federal and/or state standards and regulations relating to shipment of radioactive materials. Shipping containers must comply with all federal and state regulations. This will include Department of Transportation (DOT), Department of Energy (DOE), and Nuclear Regulatory Commission (NRC), and/or agreement state licensure. The level of non-fixed contamination on the external surfaces of each package must be in accordance with 49 CFR 173.443 and may not exceed the limits set forth in Table 9 of that standard. 1.5. Radiopharmacy Licensing 1.5.1. The Contractor shall hold a current unrevoked US Nuclear Regulatory Commission (NRC) and /or agreement state Radioactive Material License (RAM) and applicable Food and Drug Administration (FDA) license to produce and distribute radiopharmaceuticals for human administration, and applicable RAM license to receive, and dispose of radioactive waste. 1.5.2. Contractor shall immediately notify the Contracting Officer and the Nuclear Medicine Service at VANTHCS- Dallas/ Fort Worth, upon any action by the NRC and/or FDA to suspend or modify contractor. 1.6. Radiopharmaceutical/Medication Evaluations 1.6.1. Pricing will be based upon a unit dose price per quantity of doses ordered with no other fees or surcharges, including delivery fees. In addition, the Contractor shall accept returns for full credit toward future orders under the following conditions: Product(s) ordered or shipped in error. Product(s) damaged in shipment Concealed shipping damages Recalled product(s) Outdated products in unopened, original container. 1.6.2. Upon request by VANTHCS/Radiation Safety Officer, the Contractor shall provide a copy/reports of contractor s Radiation Safety Officer (RSO) Safety Audits of Federal Compliance. 1.7. Authorizations for Access 1.7.1. The Contractor will provide updated lists of delivery personnel who will sign in/sign out or barcode in/barcode out with VANTHCS- Dallas/ Fort Worth Nuclear Medicine Service staff upon each delivery of radiotracer and follow all relevant policies and procedures in place at VANTHCS facilities/Nuclear Medicine Service. Compliance with all applicable regulatory bodies, including FDA and TX/US DOT is required. 1.7.2. Delivery personnel must be escorted at all times within facility Controlled areas /Nuclear Medicine Service, as per Joint Commission and NRC/regulatory requirements. 1.8. Deliverables and Acceptance Criteria 1.8.1. The Contractor shall provide services and staff, and otherwise do all things necessary for or incidental to the performance of work, as set forth below: 1.8.1.2. All PET isotopes will be delivered directly to the following address: VA North Texas HCS (Dallas) Nuclear Medicine Service (115) PET Imaging Center Building 2J, 3rd Floor, Room 3B-672E 4500 S. Lancaster Road Dallas, TX 75216 A Nuclear Medicine Technologist or appropriate staff will be at each location to receive the materials requested. 1.8.1.3. All orders shall be placed by authorized VA personnel during VA normal business hours throughout the workday. The Contractor will be furnished the name(s) of VA personnel that are authorized to place orders against the Contract and will provide appropriate personnel and contact information for staff receiving orders, able to offer technical or administrative support, as well as staff involved in radiopharmaceutical delivery in accordance with VA Radiation Safety Office requirements. Orders shall only be placed by authorized VANTHCS Nuclear Medicine Service personnel via telephone, fax, e-mail, or via an approved, secure, online ordering system. For electronic ordering systems, a closed-loop communication process such as confirmation e-mails is preferred. 1.8.1.4. Deliveries: Depending upon changing Medical Center/Facility patient care requirements, the Contractor may be required to provide routine delivery and pick-up, multiple times throughout the day Delivery orders, or the electronic ordering system, shall include the following: Contract item(s) and quantity Time(s) of delivery Applicable VA purchase order number must always be identified for current contract. Note that the VANTCHS facility in Dallas provides both inpatient and outpatient care and is the tertiary VA Medical Center for the North Texas area. Additional radiopharmaceutical delivery may be required based upon clinical schedule and pending vendor dose availability, including emergency/STAT deliveries, at no additional cost. 1.8.1.5 The Contractor will ensure that all shipments will have a Packing Slip enclosed, giving information about the product and its identification, plus (for billing purposes) the VANTHCS Purchase Order Number issued for the current contract, and possibly the Contractor s invoice number. (Incorrect P.O. numbers may cause a substantial delay in payments.) 1.8.1.6. The Contractor must understand the limitations of the Nuclear Medicine Service at VANTHCS due to Radiation Safety with regards to storage and making radioactive kits for multiple use: Deliveries must only contain unit dose orders placed by authorized VA personnel. 1.8.1.7. Contractor/licensee shall have available an adequate supply of contracted products to meet the requirements of the VA North Texas Healthcare System with proof of contingency supply chain to prevent disruption of clinical care. Should the vendor s ability to supply product from the applicable pharmacy be limited for any reason the vendor shall notify the Customer of any limitations on the delivery times and dates that may affect its ability to supply Product when requested. **In the event local radiopharmacies are unable to provide routine delivery of Ga68 DOTATATE (NETSPOT) radiopharmaceuticals, Contractor shall provide NMS a contingency plan for other locations to deliver doses with the least impact to patient care** 1.9. Hours of Operation 1.9.1. Normal operating days and hours for this requirement are Monday through Friday, from 0630 hours to 1630 hours. These dates and hours exclude Federal Holidays, facility closures due to inclement weather and Furlough Days, as applicable. 1.9.2 Although infrequent, emergency orders for this requirement will include all hours and days outside of normal operating hours. 1.10. Contractor Personnel 1.10.1. The Contractor shall provide the name of the Contract Manager (CM) and any alternate(s) who shall act for the Contractor when the manager is absent and they shall be designated in writing to the CO and COR within five (5) business days after contract award. The Contractor shall provide telephone numbers and email addresses of the CM and alternate(s) where these persons may be contacted at any time. The CM and any designated alternates shall have authority to provide necessary assets (i.e. information, personnel or equipment, etc.) in order to respond to emergencies and contingencies. The CM or alternate shall have full authority to act for the Contractor on all matters relating to operation of this contract at VANTHCS. The CM or alternate shall be available to meet on the VANTHCS installation with VA personnel designated by the CO to discuss problem areas. The Contractor shall provide a CM who can read, write, speak and understand English fluently. 1.10.2. The Contractor and Contractor personnel shall be required to identify themselves as Contractor personnel by introducing themselves or being introduced as Contractor personnel and displaying distinguishing badges or other visible identification for meetings with VANTHCS personnel. The Contractor and Contractor personnel shall identify themselves as Contractor employees in telephone conversations and in formal and informal written correspondence. 1.11. Listing of Contractor Employees 1.11.1. The Contractor shall provide an initial listing of Contractor employees names and position titles to the COR within five (5) business days after contract award. The Contractor shall also provide an updated listing of personnel to the COR when employees affecting the work of this contract, status changes or position changes within five (5) business days. 1.11.2. The Contractor shall not employ persons on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security and/or general well-being of the installation and its population. The Contractor shall be prohibited from employing off-duty CORs who are providing surveillance on any contracts/subcontracts awarded to the Contractor. All contract personnel depending on particular condition, occasion or place or job assignment shall require professional, suitable attire. All Contractor personnel shall conduct themselves in a professional, courteous manner. The Contractor shall employ and maintain a technically trained and experienced work force. 1.12. Environmental Protection & Safety 1.12.1. The Contractor shall be knowledgeable of and comply with all applicable federal, state and local laws, regulations, instructions and requirements regarding radiation safety, environmental protection and occupational safety and health. The Contractor shall comply with any laws, instructions or regulation changes during the term of this contract. 1.12.2. Radioactive Waste. The Contractor shall dispose of acceptable radioactive waste syringes and/or vials. The Contractor shall notify the COR of any such radioactivity deemed unacceptable for return within five (5) business days after the contract is awarded. 1.13. Privately Owned Motor Vehicles (POV) 1.13.1. Contractor personnel shall comply with the directives pertaining to operation of POVs on VANTHCS Motor Vehicle Traffic. The Contractor shall comply with VANTHCS (in its entirety) for the operation of POVs within VANTHCS. 1.14. Health and Safety on Government Installations 1.14.1. While performing work under this contract on VANTHCS installation, the Contractor shall comply with federal, state and local regulations and VANTHCS Occupational Safety Instructions. The Contractor shall notify the CO of damage to Government property or equipment during the execution of the contract. 1.15. Emergency Procedures 1.1.1. The Contractor personnel shall follow the direction of the VANTHCS personnel in regard to emergency procedures, i.e. fire, tornado, active shooter, bomb threats, etc. It is the responsibility of the Contractor to provide guidance and establish procedures for responding to an emergency for their employees. It is the Contractor s responsibility to account for their employees following an emergency evacuation. 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? 4. If you are in GSA, please provide schedule and contract number. Responses to this notice must be submitted via email to Rafael.Rodriguez2@va.gov no later than December 11, 2023 at 11:00 AM CT. No telephone inquiries will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ecb436eb64164987a1502211ab562269/view)
- Record
- SN06904887-F 20231208/231206230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |