SOLICITATION NOTICE
65 -- Radiopharmaceuticals (STX)
- Notice Date
- 12/27/2024 12:59:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25725R0019
- Response Due
- 1/7/2025 1:00:00 PM
- Archive Date
- 01/22/2025
- Point of Contact
- Vance Farrell, Contract Specialist, Phone: 2106946379
- E-Mail Address
-
vance.farrell@va.gov
(vance.farrell@va.gov)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25725R0019 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01. (iv) This solicitation is issued as Unrestricted Full and Open Competition, with the associated NAICS code of 325412, which has a small business size standard of 1,300 personnel. (v) Requested items and services; see attached Statement of Work for the contractor qualifications, description of the required items and services, and the price/cost schedule (SF1449) for the contract line item numbers, quantities, and options requested in this solicitation. (vi) This requirement is for providing radiopharmaceuticals to the South Texas Veterans Health Care System (STVHCS), San Antonio, TX. (vii) The anticipated Delivery Period for the requirement is 11 January 2025 through 10 January 2028. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. This solicitation requires submission of information, other than price; see item xiii below for the additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Evaluation factors for the solicitation are Technical, Past Performance and Price. Technical and Past Performance, when combined, are significantly more important than Price alone. The evaluation of offers will be conducted by a Comparative Evaluation of Offers. The government intends on awarding a single-award ID/IQ contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the best value and most advantageous to the government, price and other factors considered. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial services, applies to this acquisition. Offerors who have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses within FAR 52.212-5 applicable to the solicitation include: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I, 52.203-13, Contractor Code of Business Ethics and Conduct, 52.203-17, Contractor Employee Whistleblower Rights, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-27, Prohibition on a ByteDance Covered Application, 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, 52.209-6, Protecting the government s interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, Alternate II, 52.219-14, Limitations on Subcontracting, 52.219-16, Liquidated Damages Subcontracting Plan 52.219-28, Post-Award Small Business Program Representation, 52.219-33, Nonmanufacturing Rule, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-50, Combating Trafficking in Persons, 52.223-23, Sustainable Products and Services, 52.225-5, Trade Agreements, 52.225-13, Restrictions on Certain Foreign Purchases, 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.229-12, Tax on Certain Foreign Procurements, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Drone Act Covered Foreign Entities, and 52.242-5, Payments to Small Business Subcontractors. Additional clauses applicable to this procurement include: 520.204-9, Personal Identity Verification of Contractor Personnel, 52.204-13, System for Award Management Maintenance, 52.204-18, Commercial and Government Entity Code Maintenance, 52.214-21, Basic Safeguarding of Covered Contractor Information Systems, 52.216-18, Ordering, 52.216-19, Order Limitations, 52.216-22, Indefinite Quantity, 52.232-19, Availability of Funds for the Next Fiscal Year, 852.201-70, Contracting Officer s Representative, 852.203.70, Commercial Advertising, 852.204-70, Personal Identity Verification of Contractor Personnel, 852.204-71, Information and Information Systems Security, 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements, 852.223-71, Safety and Health, 852.232-72, Electronic Submission of Payment Requests, 852.242-71, Administrative Contracting Officer, 852.246-71, Rejected Goods, and 852.247-73, Packing for Domestic Shipment. (xiii) This acquisition includes additional submission requirements. Other additional submission requirements are: This solicitation includes FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The offeror must have completed the provision on-line at the System for Award Management (SAM) prior to providing an offer. This solicitation includes FAR provision 52.209-7, Information Regarding Responsibility Matters. The offeror must have completed the provision on-line at SAM prior to providing an offer. This solicitation includes FAR provision 52.225-6, Trade Agreement Certificate. The offeror is to complete the certificate and return a copy with their offer. Negative responses are a required submission. This solicitation includes FAR clause 52.219-9, Small Business Subcontracting Plan, and VAAR clause 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements. If contract award is to be made to a large business, the offeror/contractor must submit a subcontracting plan within their offer. If no subcontracting opportunities are available for the requirement, the offeror/contractor must describe within their offer why they are not available. Offeror must submit the following for evaluation of the offeror s Technical Capability: Offeror must offer the radiopharmaceuticals listed in the Statement of Work (Paragraph 4, and the Price Schedule, SF1449) Offeror must provide copies of their USNRC or State license, and all other relevant licenses, certifications and/or partnering agreements (SOW, paragraph 3) Offeror must provide past performance references (maximum of 5) with their offer. Past performance references must include a point of contact name, phone number, business name, and contract number, if applicable. Offeror should complete page 1 of the attached SF1449; block 12, discount terms, if applicable; blocks 17a., Contractor/Offeror information; and blocks 30, 30a. -Signature of the Offeror/Contractor; 30b., Name and Title of the signer; and 30c. Date signed. Offerors are to provide pricing with their offer. Offerors may complete the price/cost schedule in the attached SF1449 or may provide pricing in their own format (Microsoft or PDF document). Line items 0013, 0021, and 0029 are identified for items that may require additional mCi (see price schedule, SF1449). Offeror is to provide unit prices for the additional mCi for these line items. The quantities described in the price/cost schedule are estimated annual quantities. The guaranteed minimum award amount for the contract is $10,000.00. The government does not guarantee that it will place any orders under the contract in excess of the guaranteed minimum award amount. The government is only obligated for the quantities that are requested, delivered, or performed. Failure to provide all of the submission requirements may determine the offerors proposal to be non-compliant to the solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 7 January 2025, 1:00 PM CST. Offers must be submitted by email to Vance Farrell at vance.farrell@va.gov. Due to email constraints by the VA, it is requested that emails sent to the POC be no larger than 12MB in size. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. If needed, submit the proposal content in multiple emails. (xvi) Questions regarding information in the solicitation must be submitted in writing to the solicitation Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. It is requested that all questions be submitted no later than 3 January 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f6cb29ef08ea4fd08add153a988253c1/view)
- Place of Performance
- Address: Department of Veterans Affairs South Texas Veterans Health Care System Nuclear Medicine 7400 Merton Minter, San Antonio, TX 78229-4404, USA
- Zip Code: 78229-4404
- Country: USA
- Zip Code: 78229-4404
- Record
- SN07301883-F 20241229/241227230100 (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 |