Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

Q -- PURCHASE OF POTASSIUM IODIDE TABLETS

Notice Date
1/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
NRR-04-027
 
Response Due
1/22/2004
 
Archive Date
2/6/2004
 
Point of Contact
Mona Selden, Contract Specialist, Phone (301) 415-7907, Fax (301) 415-8157, - Donald King, Senior Contract Specialist, Phone (301) 415-6731, Fax (301) 415-8157,
 
E-Mail Address
mcs1@nrc.gov, dak1@nrc.gov
 
Description
This is a combined synopsis/solicitation for a commercial item, prepared in accordance with the 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 Donald King, Contracting Officer, (301) 415-6731, e-mail dak1@nrc.gov. ALL OFFERS SHALL BE FAXED to (301) 415-8157 NO LATER THAN 12:00 noon, NRC local time on 01/22/04. All proposals shall be addressed to the U.S. Nuclear Regulatory Commission (NRC), Division of Contracts, Attn. Mona C. Selden, RFP No. NRR-04-027, 11555 Rockville Pike, Rockville, MD 20852. Solicitation No. NRR-04-027 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 and the small business size standard is 750 employees. The NRC intends to issue a Commercial Item, Fixed Price, Requirements Type Contract with a base period of performance of two years. The contract will also contain three, one-year option periods. BACKGROUND-----In April 2001, the NRC revised 10 CFR 50.47b(10) 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 offered to provide a supply of KI to each State or Tribe that incorporated KI for the general public into their emergency plans. If local governments were designated by the State, NRC also provided a supply to the local governments. Initially, NRC was only able to provide each State or Tribe with their initial supply of KI in 130 mg tablets. However, because the Food and Drug Administration (FDA) has approved the manufacture of 65 mg tablets, the NRC will continue to provide each State or Tribe with their initial supply of KI in 130 mg tablets, 65 mg tablets, or a combination of both. The NRC will also consider requests for 65 mg tablets from those States or Tribes who were previously supplied with 130 mg tablets. OBJECTIVE-----The Contractor shall provide approximately 4.5 million 65 mg KI tablets and approximately 950,000 130 mg KI tablets, produced by a FDA-approved manufacturer, in the quantities, and to the locations designated by the NRC Project Officer (PO) for the two-year base period of performance. If exercised, the Contractor shall provide 300,000 65 mg and 300,000 130 mg of KI tablets for each of the three option periods. SCOPE OF WORK-----The Contractor shall Supply and Distribute Potassium Iodide (KI) Tablets as ordered by the NRC. CONFIGURATION OF POTASSIUM IODIDE TABLETS-----Each KI tablet, whether 65mg or 130mg, shall be manufactured by a FDA-approved manufacturer. Each tablet shall be scored-in to enable the user to break the tablet into at least two pieces. Each 130mg tablet shall have, at a minimum, a five-year shelf life, and each 65-mg tablet shall have, at a minimum, a three-year shelf life, from date of acceptance by the NRC or the NRC's authorized representative. TASK 1 - SUPPLY POTASSIUM IODIDE TABLETS-----During the two-year base period of performance, the Contractor shall provide approximately 4.5 million 65 mg KI tablets and approximately 950,000 130 mg KI tablets. If exercised, the Contractor shall provide 300,000 65 mg and 300,000 130 mg of KI tablets for each of the three option periods. TASK 2 - DISTRIBUTION-----The Contractor shall ship the specified number of KI tablets, to the locations identified in the delivery order, no later than 45 calendar days from receipt of the delivery order from the NRC PO (See Attachment 2 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 (5) calendar days from the date of delivery. KI tablets shall be provided in a manner which provides for ease of distribution, storage, and maintains the shelf-life integrity of the tablets once provided to the States. DELIVERY SCHEDULE-----The Contractor shall ship the specified number of KI tablets to the location(s) identified in the delivery order no later than 45 calendar days 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 a private delivery carrier) no later than five (5) calendar days from the date of delivery. DAMAGED/CRUSHED TABLETS-----The Contractor shall replace, at no cost to the NRC, any tablets that have been damaged or crushed during shipping. The NRC will provide claims for replacement no later than 45 calendar days after delivery. The Contractor shall replace the damaged/crushed tablets no later than 45 calendar days from receipt of NRC?s claim. SUBMITTAL AND CONFIRMATION OF DELIVERY ORDER-----The NRC PO will e-mail the request for the tablets to the Contractor and follow-up the e-mail request with a telephone call. The Contractor shall provide an e-mail confirmation to the NRC PO. BILL-TO AND SHIP-TO ADDRESS REQUIREMENTS-----The Contractor shall ship the tablets to various locations specified by the NRC PO, (See Attachment 2) while maintaining one overall Bill-to Account. POINT OF CONTACT-----The Contractor shall designate one primary and one alternate personnel as the point of contact. TYPE OF CONTRACT AND PERIOD OF PERFORMANCE-----This is a firm fixed price/requirements type contract with a two-year base period of performance. This contract will also contain three one-year option periods. PROPOSAL REQUIREMENTS-----Proposals must be typed, numbered, legible and printed or reproduced on letter-size paper. PROPOSALS SHALL NOT EXCEED 15 PAGES (if both sides of a page are used, each side is counted as one page). ANY PAGES BEYOND THE FIRST 15 WILL NOT BE CONSIDERED IN THE EVALUATION. All charts, graphs, sales brochures, and other information will be counted in the page limitation. All technical questions concerning this RFP must be e-mailed to mcs1@nrc.gov AND dak1@nrc.gov no later than 3:00 p.m. NRC local time on 1/14/04. The Contracting Officer (CO) will not respond in writing to questions received after the deadline for receipt of questions. Proposals in response to this solicitation must be submitted in separate and distinct parts: 1 original and 3 copies of the "Price Proposal" (See Attachment 4 for Schedule of Prices) and 1 original and 3 copies of the "Technical and Management Proposal." Offerors are notified that all information provided in their proposals must be accurate, truthful, and complete to the best of the offeror's knowledge and belief. The Commission will rely upon all such representations made by the offeror both in the evaluation process and for the performance of the work by the offeror selected for award. NRC intends to evaluate offers and award without discussions with offerors. Therefore, the offeror?s initial proposal shall contain the offeror?s 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, shipping costs. All offerors shall submit a fixed unit price for each tablet and include the total price for 4.5 million 65 mg KI tablets and 950,000 130 mg KI tablets for the two-year base period of performance. All offerors shall also submit a fixed unit price for each tablet and include the total price for 300,000 65 mg KI tablets and 300,000 130 mg KI tablets for each one-year option period. OPTIONS-----The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the two-year base period of performance. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). PROPOSAL REQUIREMENTS--TECHNICAL & MANAGEMENT PROPOSAL--The technical and management 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--Although technical merit in the evaluation criteria set forth below is a factor in the evaluation of proposals, price 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. If the offeror is an authorized distributor, the offeror shall provide a letter of commitment from the manufacturer to provide the KI tablets to the distributor in order for the distributor to meet the deadlines required by the Statement of Work. The offeror should identify, on the attached Qualification Statement (Attachment 3 ), all contracts held in this field in the past three years and describe how the work performed is similar to NRC's requirement. Identify a primary point of contact, as well as an alternate. Demonstrate that you have sufficient corporate funds on hand to purchase and distribute a large quantity of tablets prior to receiving payment from NRC. To demonstrate PAST PERFORMANCE, provide pertinent details regarding your firm's performance history (quality of services, how well you performed) on contracts similar in size and scope to this requirement. Demonstrate your ability to control costs and timeliness of performance. Include letters of commendation, awards received, and any other available factual documentation to support your firm's performance history. Provide any other pertinent information that will aid in the evaluation of your performance record. Identify ALL contracts that your firm has been awarded that were terminated for default, or subject to any disputes, if ?none,? indicate ?none.? 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 shelf-life integrity of the tablets once provided to the States. PROVISIONS AND CLAUSES--The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 (10/31/03). FAR 52.212-1, Instructions to Offerors-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: 52.203-6,52.204-7, Central Contractor Registration (October 2003), Alternate 1; 52.219-4, 52.219-8, 52.219-9, 52.219-23, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.223-6, 52.225-3, 52.225-13, and 52.232-33. In addition, the following clause applies to this acquisition: Compliance with U.S. Immigration Laws and Regulations -- NRC contractors are responsible for ensuring that their alien personnel are not in violation of United States Immigration and Naturalization (INS) laws and regulations, including employment authorization documents and visa requirements. Each alien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151 or must present other evidence from the Immigration and Naturalization Services that employment will not affect his/her immigration status. The INS Office of Business Liaison (OBL) provides information to contractors to help them understand the employment eligibility verification process for non-US citizens. This information can be found on the INS website http://www.ins.usdoj.gov/graphics/services/employerinfo/index.htm#obl. The NRC reserves the right to deny or withdraw contractor use or access to NRC facilities or its equipment/services, and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should the contractor violate the contractor?s responsibility under this clause. The full text of the provisions and clauses can be accessed electronically at: http://www.arnet.gov/far.
 
Record
SN00500879-W 20040110/040108212502 (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  © 1994-2020, Loren Data Corp.