SOLICITATION NOTICE
65 -- Nuclear Medicine NEURACEQ F-18 FLORBETABEN PET DEP
- Notice Date
- 2/23/2025 3:01:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24925Q0157
- Response Due
- 3/6/2025 8:00:00 AM
- Archive Date
- 03/21/2025
- Point of Contact
- Ayslin Kennett, Contract Specialist, Phone: No phone calls will be accepted
- E-Mail Address
-
Ayslin.Kennett@va.gov
(Ayslin.Kennett@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 11 of 60 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This solicitation is for a Small Business Set-Aside in the Open Market. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413 with a small business size standard of 1,250 Employees. The FSC/PSC is 6525. The Lexington VAMC is seeking the below items. All interested companies shall provide a quotation for the following: B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 40.00 EA __________________ __________________ F18-FLORBETAPIR NEURACEQ PER UNIT DOSE Contract Period: POP Begin: 03-15-2025 POP End: 03-14-2026 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary LOCAL STOCK NUMBER: CLIN 0001 1001 55.00 EA __________________ __________________ F18-FLORBETAPIR NEURACEQ PER UNIT DOSE Contract Period: POP Begin: 03-15-2026 POP End: 03-14-2027 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary LOCAL STOCK NUMBER: CLIN 0001 2001 70.00 EA __________________ __________________ F18-FLORBETAPIR NEURACEQ PER UNIT DOSE Contract Period: POP Begin: 03-15-2027 POP End: 03-14-2028 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary LOCAL STOCK NUMBER: CLIN 0001 3001 85.00 EA __________________ __________________ F18-FLORBETAPIR NEURACEQ PER UNIT DOSE Contract Period: POP Begin: 03-15-2028 POP End: 03-14-2029 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary LOCAL STOCK NUMBER: CLIN 0001 4001 100.00 EA __________________ __________________ F18-FLORBETAPIR NEURACEQ PER UNIT DOSE Contract Period: POP Begin: 03-15-2029 POP End: 03-14-2030 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary LOCAL STOCK NUMBER: CLIN 0001 GRAND TOTAL __________________ B.3 DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE ALL CLINS VA Medical Center Lexington 1101 Veterans Drive Lexington, KY 40502 03/15/2025-03/14/2030 36C24925Q0157 Page 1 of Page 28 of 59 Page 1 of Please see the attached Statement of work for Salient Characteristics and expectations for this procurement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Mar2023) Addendum- All quoters shall submit the below items. Non-compliance to the below items with this requirement may result in disqualification of the quote. Only one quote. Quote shall be on offeror s company letterhead, in PDF format and emailed to Ayslin.Kennett@va.gov NLT 03/06/2025 at 10:00 AM CT. The solicitation number, 36C24925Q0157 must be referenced in the subject line. Product information brochure with specifications and user manual shall accompany quote. Offeror must submit certification that equipment meets the salient characteristics of listed above. Quote must reflect the Statement of Work in this solicitation. FAR 52.212-2, Evaluation Commercial Items (NOV2021) Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: (1) Price (2) Technical or Quality The offerors ability to meet desired turnaround times as stated in the Statement of Work. (3) Past Performance references The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.211-6 BRAND NAME OF EQUAL AUG 1999 (End of Provision) (End of Addendum) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Dec2022 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec2023) Addendum- 52.252-2 CLAUSES INCORPORATED BY REFERENCE� (FEB 1998) � This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these� address(es): � � http://www.acquisition.gov/far/index.html� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � http://www.va.gov/oal/library/vaar/� � � � � � � FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND OVERMENT ENTITY CODE MAINTENANCE AUG 2020 52.217-6 OPTION FOR INCREASED QUANTITY MAR 1989 52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM MAR 1989 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.211-70 EQUIPMENT OPERATING AND MAINTENANCE MANUALS NOV 2018 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS FEB 2023 852.215-71 EVALUATION FACTOR COMMITEMENTS OCT 2019 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES(DEVIATION) JAN 2023 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 852.247-73 PACKING FOR DOMESTIC SHIPMENT ((End of Clause) OCT 2018 VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [ ] In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fillin check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).] [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/ VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ___________ Printed Title of Signee: _____________ Signature: ____________ Date: ______________ Company Name and Address: _______________ (End of Clause) (End of Addendum) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Mar2023) The following subparagraphs of FAR 52.212-5 are applicable: [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (8) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 328). [X] (9) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). [X]� (22)� 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) (15 U.S.C. 657f). [X]� (23)� (i) 52.219 28, Post-Award Small Business Program� Rerepresentation� (MAR� 2023) (15 U.S.C. 632(a)(2)). [X] (29) 52.222 19, Child Labor Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126). [X] (30) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (31)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (33)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [X] (36)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). [X] (45) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). [X]� (49)(i)� 52.225-1, Buy American Supplies (OCT 2022) (41 U.S.C. chapter 83). [X] (iv) Alternate III (JAN 2021) of 52.225-3. [X] (52) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (59) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332). (End of Clause) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Any questions or concerns regarding this solicitation shall be sent in writing only via email addressed to Ayslin.kennett@va.gov subject line: 36C24925Q0157. Questions shall be submitted NO LATER THAN 02/27/2025 @ 10:00 AM CT. Quote must be submitted NO LATER THAN 03/06/2023 @ 10:00 AM CT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf7bfe70920b4ef2b6fe5dcdfefaa0f0/view)
- Place of Performance
- Address: Lexington VA Medical Center 1101 Veterans Drive, Lexington, KY 40502, USA
- Zip Code: 40502
- Country: USA
- Zip Code: 40502
- Record
- SN07350574-F 20250225/250223230023 (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 |