Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

65 -- Brachytherapy Seeds

Notice Date
3/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs, Hampton VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA-246-09-RQ-0152
 
Response Due
3/27/2009
 
Archive Date
5/26/2009
 
Point of Contact
Robert O BettsContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. This solicitation VA-246-09-RQ-0152 is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. This is an unrestricted procurement and the NAICS code is 325412. This solicitation includes the following line items for 6 months (April 1 September 30, 2009):0001 Iodine 125 (I-125) in preloaded needles. Estimated quantity 500 each; 0002 Iodine 125 (I-125) in strands. Estimated quantity 25 each; 0003 Iodine 125 (I-125) loose seeds. Estimated quantity 25 each; 0004 Palladium 103 (Pd-103) in preloaded needles. Estimated quantity 2500 each; 0005 Palladium 103 (Pd-103) in strands. Estimated quantity 25 each; 0006 Palladium 103 (Pd-103) loose seeds. Estimated quantity 50 each; 0007 Prostate Seeding Needles (Sterile pack of 5). Estimated quantity 250 each; 0008 Gold Marker Seed Kits. Estimated quantity 33 each Contractor shall provide these brachytherapy seed products for prostate seed implants. Brachytherapy seed products include radioactive seed sources, implant needles, spacers, seed loader (if available), gold marker seed kits (fuducial markers for IMRT planning), technical and customer service support. Brachytherapy products will be ordered on an as needed basis and the Contractor shall supply preloaded needles and strands with radioactive seeds within one week of order placement, and within two days for loose radioactive seeds orders. Palladium 103 (Pd-103) radioactive seeds shall be laser welded with end cups, and lead x-ray marker. Preloaded needles and strands with radioactive seeds shall include: radiograph, independent assay, certification of seed activity, positive needle and case identification, and contained in sterile packaging. Loose seeds shall to include: certification of seed activity, positive case identification, and contained in sterile packaging. Pricing for preloaded needles and strands shall include needles, spacers, and fee for loading, calibrating and sterilizing by Contractor. Contractor shall supply sterile needles with a seed stopper (i.e., bone wax). If a procedure is cancelled on or before date of the procedure due to an unforeseen medical emergency, the Contractor will provide full credit for returned unused seeds with written documentation from the physician. No greater than two days from the implant date the Attending Radiation Oncologist at the Richmond VA Medical Center will submit this written documentation describing the patient problem and why the procedure was cancelled. Offerors shall be licensed by the Nuclear Regulatory Commission to manufacture and ship radioactive seeds. Offerors shall also maintain all other required state and local certifications/licenses. Delivery shall be made to Hunter Holmes McGuire VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249-0002. FOB point is Destination. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-1 is supplemented with the following addenda: - Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, and acknowledgement of any solicitation amendments. The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed services meet the requirements outlined in the item description. If an offeror cannot comply with every requirement, that offer will not be technically acceptable. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. At the time offer is submitted, the offeror needs to be properly registered in ORCA in accordance with FAR 52.212-3. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition - to include items within the clause: 16,17,18,19,20,21,22,23,24,29,31,32 and 37. Offers are to be received by mail at the following address: VA Medical Center, VISN 6/CAS (590/90C), Attn: Rob Betts (Bldg 27), 100 Emancipation Dr, Hampton, VA 23667 or via email at robert.betts@va.gov by March 27, 2009 by 3:00 pm (local time). All questions regarding this solicitation must be submitted in writing to the Contracting Officer via e-mail, Robert.betts@va.gov no later than March 24, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=012482fb8044f6b9330dcd285ec4c04d&tab=core&_cview=1)
 
Place of Performance
Address: HUNTER HOLMES MCGUIRE VA MEDICAL CENTER;1201 BROAD ROCK BLVD;RICHMOND, VA<br />
Zip Code: 23249-0002<br />
 
Record
SN01774571-W 20090322/090320221201-012482fb8044f6b9330dcd285ec4c04d (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.