Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2002 FBO #0076
SOLICITATION NOTICE

Q -- PURCHASE OF POTASSIUM IODIDE TABLETS

Notice Date
12/20/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts and Property Management, 11545 Rockville Pike, Rockville, MD, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
NRR-02-029
 
Response Due
1/4/2002
 
Point of Contact
Mona Selden, Contract Specialist, Phone (301) 415-7907, Fax (301) 415-8157, - Yvette Brown, Contract Specialist, Phone (301) 415-6507, Fax (301) 415-8157,
 
E-Mail Address
mcs1@nrc.gov, yrb@nrc.gov
 
Description
This is a combined synopsis/solicitation for a commercial item, prepared in accordance with FAR 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. Direct all questions or inquiries referencing this RFP to Mona C. Selden, Contract Specialist (301) 415-7907, e-mail mcs1@nrc.gov AND Yvette Brown (301) 415-6507, e-mail yrb@nrc.gov. Due to the recent anthrax events, ALL OFFERS SHALL BE FAXED to (301) 415-8157 NO LATER THAN 12:00 noon, NRC local time on 01/04/02. All proposals shall be addressed to the U.S. Nuclear Regulatory Commission (NRC), Division of Contracts and Property Management, Attn: Mona C. Selden, RFP No. NRR-02-029, 11555 Rockville Pike, Rockville, MD 20852. Solicitation No. NRR-02-029 herein is issued as a Request for Proposal (RFP). This RFP is for full and open competition and the North American Industry Classification System Code is 325412. The NRC intends to issue a Commercial Item, Fixed Price, Requirements Type Contract with a period of performance of two years. NOTE: THE ATTACHMENTS CAN BE FOUND AT http://www.fedbizopps.gov/ BACKGROUND--The NRC has revised 10 CFR 50.47b(9) of its emergency preparedness regulations. The revised rule requires that States with population within the 10-mile emergency planning zone of commercial nuclear power plants consider including potassium iodide (KI) as a protective measure for the general public to supplement sheltering and evacuation in the unlikely event of a severe nuclear power plant accident. Concomitant with this action, the NRC is providing a supply of KI to each State or Tribe, that incorporates KI for the general public into their emergency plans. If local governments are designated by the State, NRC will also provide a supply to the local governments. At present, NRC is only providing the initial supply of KI. OBJECTIVE--The Contractor shall provide up to six (6) million KI tablets of either 65 mg or 130 mg of KI, produced by an FDA approved manufacturer, in the quantities, and to the locations designated by the NRC Project Officer (PO), within 48 hours of receiving a delivery order from the NRC PO. SCOPE OF WORK-- Supply and Distribute Potassium Iodide(KI) Tablets TASK 1 - SUPPLY POTASSIUM IODIDE TABLETS--The Contractor shall provide up to six million Potassium Iodide Tablets. Configuration of Potassium Iodide Tablets--Each KI tablet, whether 65mg or 130mg, shall be manufactured by either MedPointe Inc., or Anbex Inc., currently, the only two FDA-approved manufacturers. Each tablet shall be scored in to enable the user to break the tablet into at least two pieces. Each tablet shall have, at a minimum, a five-year shelf life. TASK 2 - DISTRIBUTION--The Contractor shall ship the KI tablets to the locations specified in the delivery orders issued by the NRC PO. (See Attachment 5 for Locations) The Contractor shall maintain records of the shipping logs showing quantities sent, receiving organization and proof of delivery. A copy of these documents shall be provided to the NRC PO no later than five calendar days after the delivery date. DELIVERY SCHEDULE TASK 1 - INITIAL SUPPLY-- The Contractor shall be able to ship up to two million KI tablets no later than 20 calendar days from the effective date of the contract. DAMAGED/CRUSHED TABLETS --The Contractor shall replace, at no cost to the NRC, any tablets that have been damaged or crushed during shipping. TASK 2 - SUBSEQUENT SUPPLY--The Contractor shall ship the specified amount of KI tablets to the location(s) identified in the delivery order no later than 48 hours from receipt of the delivery order from the NRC PO. The Contractor shall provide the NRC PO with proof of delivery to the recipient (i.e. tracking number from UPS) no later than 24 hours after delivery. PERIOD OF PERFORMANCE--Two years from the effective date of the contract. POINT Os best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the CO to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. PROPOSAL REQUIREMENTS--PRICING--The fixed unit price under this contract shall include ALL CHARGES, direct, indirect, e.g., packaging, and shipping costs. All offerors shall submit a fixed unit price for each tablet and include the total price for six million tablets for the two year period of performance. (See Attachment 6) PROPOSAL REQUIREMENTS--TECHNICAL & MANAGEMENT PROPOSAL--The proposal shall not contain any reference to prices. The offeror shall submit full and complete information, in the order set forth below, to permit the NRC to perform a thorough evaluation and make a sound determination of whether the offeror will have a reasonable likelihood of meeting the requirements and objectives of this procurement. The proposal shall be fully self-contained, and shall specifically address the technical evaluation factors. EVALUATION FACTORS-- In accordance with FAR 52.212-2(a), the following factors will be used to evaluate offerors: PRICE--To be considered for an award, the proposed price must be realistic and reasonable. Although technical merit in the evaluation criteria set forth below is a factor in the evaluation of proposals, cost will be a more significant factor in the selection of a contractor. The TECHNICAL EVALUATION FACTORS are Corporate Experience (40 pts), Past Performance (40 pts) and Packaging (20 pts). To demonstrate CORPORATE EXPERIENCE the offeror should identify and discuss its corporate experience in manufacturing and distributing a large quantity of KI tablets or similar product within the same or similar time period as required in this procurement. The offeror should provide the production schedule and shipping procedures that will be utilized. If the offeror is not a manufacturer, it must be a manufacturer's authorized distributor. The offeror shall provide a letter of commitment from the manufacturer to provide the KI tablets to the distributor s Statement (Attachment 2). All Past Performance Questionnaires shall be submitted directly to the NRC by the reference, no later than the solicitation closing date. All Past Performance Questionnaires shall be either hand-carried or sent by private delivery services. All Past Performance Questionnaires shall be addressed to the U.S. Nuclear Regulatory Commission, Division of Contracts and Property Management, T-7-I-2, RFP No. NRR-02-029, 11555 Rockville Pike, Rockville, MD 20852, and delivered to the loading dock security station located at the same address. All past performance references shall allow two (2) days extra time for internal mail distribution to the depository located at T-7-I-2. At the discretion of NRC, the NRC reserves the right to contact one or all sources identified on the Qualification's Statement, regarding past performance information. This information will be used in determining the Competitive Range. PACKAGING?Extent to which packaging provides for ease of distribution, storage, and maintains the integrity of the tablets. PROVISIONS AND CLAUSES--The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.219-22, Small Disadvantaged Business Status; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-21, Requirements, apply to this acquisition. OFFERORS MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH ITS OFFER. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following additional clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. The full text of the provisions and clauses can be accessed electronically at: http://www.arnet.gov/far.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/NRC/OA/DCPM/NRR-02-029/listing.html)
 
Place of Performance
Address: Various Locations
 
Record
SN00027106-F 20020216/020214214125 (fbodaily.com)
 
Source
FedBizOpps.gov 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.