Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

96 -- Potassium Iodid (KI) Tablets

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, Maryland, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
RFP-NRC-07-08-508
 
Archive Date
8/9/2008
 
Point of Contact
Danielle Emche,, Phone: (301) 492-3625
 
E-Mail Address
danielle.emche@nrc.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item, prepared in accordance with the format in Subpart 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. Solicitation No. NSR-08-508 herein is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This is not a small business set aside. This RFP is for full and open competition. ---------------------------------------- BACKGROUND In April 2001, the U.S. Nuclear Regulatory Commission (NRC) revised 10 CFR 50.47(b)(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 offered to provide a supply to the local governments. In addition to providing the initial supply of KI, NRC agreed in September 2006 to provide replenishment of the potassium iodide for those States currently providing it for populations within the 10-mile (EPZs) of commercial nuclear power plants. --------------------------------------- OBJECTIVE The Contractor shall provide shipments of 65 mg KI tablets produced by an FDA-approved manufacturer, in the quantities and to the locations designated by the NRC Project Officer (PO). --------------------------------------- SCOPE OF WORK The Contractor shall supply and distribute Potassium Iodide (KI) tablets as ordered by the NRC. -------------------------------------------- CONFIGURATION OF POTASSIUM IODIDE TABLETS Each 65 mg KI tablet shall be manufactured by an FDA-approved manufacturer and must be an FDA approved product. Each tablet shall be scored-in to enable the user to break the tablet into at least two pieces. Each 65 mg KI tablet shall have the maximum FDA-approved shelf life from date of acceptance by the NRC or the State or Tribe to which delivery was made. Each tablet shall be individually packaged. -------------------------------------------- TASK 1 SUPPLY POTASSIUM IODIDE TABLETS The contractor shall provide NRC orders of 65 mg KI tablets, as ordered by NRC. The estimated amount that will be required for this contract is 2,500,000 tablets. This figure is provided as an estimate only. The NRC is not obligated to order the estimated number as a minimum, nor as a maximum amount stated herein. ----------------------------------------------- TASK 2 DISTRIBUTION The contractor shall ship the specified number of KI tablets, to the locations identified in the email at the time the order is placed. 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 ease of distribution, packaging, and storage; and maintains the shelf-life integrity of the tablets, once provided to the State or Tribe. As a matter of redistribution and tamper avoidance, individually packaged or blister packaged tablets are the preferred method in packaging the tablets. The NRC estimates that three deliveries will be required to three different states. However, the NRC is not obligated to order any estimated number of distributions as a minimum, nor as a maximum amount stated herein. ---------------------------------- 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 90 calendar days from receipt of NRC’s notification. -------------------------------------- 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, while maintaining one overall Bill-to Account. --------------------------------------- CONTRACTOR POINT OF CONTACT The contractor shall designate one primary and one alternate personnel as point of contact. TYPE OF CONTRACT AND PERIOD OF PERFORMANCE The government intends to award a fixed price requirements contract with an ordering period of seven months, estimated to begin August 10, 2008. --------------------------------------- PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors – Commercial; 52.212-3, Contract Terms and Conditions – Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders; 52.216-18, Ordering; 52.216-21 Requirements; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract. FAR 52.212-5 applies to this acquisition with the following additional clauses: 52.203-6, 52.219-8, 52.219-9 Alternate II, 52.219-16, 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. Offerors are to include a completed copy of provision 52.212-4 Offeror Representations and Certifications - Commercial Items (NOV 2006), with their offer. --------------------------------------- PROPOSAL REQUIREMENTS – GENERAL 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). Proposals in response to this solicitation must be submitted in separate and distinct parts: one (1) original and three (3) copies of the “Price Proposal” and one (1) original and three (3) copies of the “Technical and Management Proposal”. In addition to the hard copies, please provide an electronic version of your response formatted in Microsoft Word on CD or DVD. ----------------------------------------- PROPOSAL REQUIREMENTS – TECHNICAL AND MANAGEMENT PROPOSAL Contractor shall submit a proposal without any reference to prices. The offeror shall submit full and complete information 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 and management evaluation factors. 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 in Task 2 above. Offerors shall provide a complete history of the contracts/purchase orders completed in the last 3 years similar in size and scope to the work described in this synopsis/solicitation (a template will be emailed upon request). Identify a primary point of contact, as well as an alternate. Contracts listed may include those entered into by the Federal Government, agencies of the State and local governments and commercial customers. It is incumbent upon offerors to provide information which is accurate, current and verifiable. Provide any other pertinent information that will aid in the evaluation of your performance record. The NRC reserves the right to contact one or all sources identified on the Qualifications Statement regarding past performance information. Identify all contracts that your firm has been awarded that were terminated for default, or subject to any disputes. If none, a negative statement is required. ----------------------------------- PROPOSAL REQUIREMENTS – PRICING The fixed unit price proposed for this contract shall include all charges, direct and indirect (e.g. packaging costs, shipping costs). All offerors shall submit a fixed unit price for each tablet and include the total price for the estimated amount of 2,500,000 identified in Task 1 above. -------------------------- EVALUATION FACTORS In accordance with FAR 52.212-2(a), the following factors will be used to evaluate offers: To be considered for an award, the proposed price must be realistic and reasonable. Price will not be point scored. Price is a substantial factor and is of equal importance to the combined technical and management evaluation factors. The technical and management evaluation factors are listed below. To be considered technically acceptable, a proposal must pass the following criterion: 1. Technical Capability (Pass/Fail) – Contractor shall certify their ability to meet the standards for the required KI tablets, tablet configuration and tablet distribution, as set forth in the SOW. Offerors passing the above criterion will be evaluated as follows: 2. Corporate Experience (40 points) – Extent to which the offeror demonstrates that they can meet the project management requirements, tablet production, and tablet delivery schedule for orders placed by the NRC to fulfill the requirements described in the SOW. 3. Past Performance (60 points) – Extent to which the offeror demonstrates successful past performance on contracts/purchase orders similar in size and scope to this requirement. --------------------- BASIS OF AWARD The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. ------------------------------- SUBMISSION OF QUESTIONS It shall be the obligation of the offeror to exercise due diligence to bring to the attention of the Contracting Officer, at the earliest possible time, but no later than 3:00 p.m. on Friday, July 18, 2008, any ambiguities, discrepancies, inconsistencies, or conflicts identified in this synopsis/solicitation. In addition, all questions concerning this request for proposal shall be submitted to the Contracting Officer by e-mail to danielle.emche@nrc.gov no later than 3:00 p.m. on Monday, July 18, 2008. -------------------------- TIMELY RECEIPT OF PROPOSALS All proposals should be received no later than 4:00 p.m. on Wednesday, July 23, 2008, and shall be submitted via email to danielle.emche@nrc.gov or fax to (301) 492-3437. http://www.ccr.gov. The Government will not reimburse interested parties for any costs associated with responding to this business opportunity. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the NRC. The NRC reserves the right to reject any and all offers received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=87fdee8d7cc13feced368b8ec692eaf8&tab=core&_cview=1)
 
Record
SN01617428-W 20080720/080718220420-87fdee8d7cc13feced368b8ec692eaf8 (fbodaily.com)
 
Source
FedBizOpps 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.