Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

65 -- Radipharmaceuricals used for Nuclear Medicine Department at Carl R Darnall at Fort Hood Texas

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0009T0241
 
Response Due
7/16/2009
 
Archive Date
9/14/2009
 
Point of Contact
Roland Jasso, 210-221-4964<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 W81K0009T0241 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-33. This acquisition is solicited as a 100% Small Business set-aside for NAICS 325412, size standard 750 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand names or Equal applies to this acquisition and applies to the radiopharmaceuticals listed below: (Items 0001-0032): Quantity Unit Price 0001 67 GALLIUM CITRATE mCi. 1 - 5 ea _______ 0002. 99 mTc MAG3, 99m TcMAG3 mCI 15 - 52 ea _______ 0003. 131 IODINE CAPSULES, mCi, 1mCi - 4,500 ea _______ 0004. 133 XENON GAS: 20 mCID, - 400 ea _______ 0005. 201 THALLOUS CHLORIDE, mCi 1, - 25 ea _______ 0006. 123 IODINE CAPSULE, mCi - 100, - 200 ea _______ 0007. 123 IODINE CAPSULE, mCi - 200 - 25 ea _______ 0008. 99m Tc SESTAMIBI, mCi 30, - 2,000 ea _______ 0009. 99m Tc BICISATE (NEUROLITE), mCi 30,- 100 ea _______ 0010. 111n OCTREOTIDE, mCi 6, - 5 ea _______ 0011. OXINE 111 INDIUM OXINE, mCi 1 - 15 ea _______ 0012. H. PYLORI BREATH TEST, mCI 001, - 60 ea _______ 0013. 99mTc MAA, mCi, - 500 ea _______ 0014. 99mTc MDP, mCi 30, - 1,500 ea _______ 0015. 99mTc, SC mCi 10, - 100 ea _______ 0016. 99mTc SC/FILTERED, mCi 1.0, - 25 ea ______ 0017. Tc04 BULK, mCi 1, - 5,000 ea ______ 0018. 99mTc PYP, mCi 30, - 75 ea _______ 0019. 99mTc CERETEC, mCi 25, - 26 ea _______ 0020. 99m CHOLETEC, mCi 10, - 200 ea _______ 0021. 99mTc DMSA, mCi 6, - 15 ea _______ 0022. 99mTc MYOVIEW, mCi 30, - 5 ea _______ 0023. WBC KIT; - 15 ea _______ 0024. WBC LABELING; - 15 ea _______ 25. X DELIVERY CHARGE; - 50 ea _______ 0026. Tc DTPA VENT mCi 40, - 5 ea _______ 0027. STAT DELIVERY, - 100 ea _______ 0028. R. PH. CALL CHARGE; - 50 ea _______ 0029 1-60 mCi MAX PER VIAL - 120 ea _______ COMPOUNDING CHARGE 0030 COMPOUNDING CHARGE Mag3 1-50 mCi PER VIAL -120 ea ______ 0031 MAA UNIT DOSE mCi 25, - 260 ea ______ 0032 WEEKLY DELIVERY COST - 52 ea ______ 1. Delivery of all radionuclides specified above will, on the delivery date specified when order is placed, as needed and to be delivered to the Nuclear Medicine Service, Building 36000, room 1953, Carl R. Darnall Army Medical Center, Fort Hood, TX., no later than 0700 and 1000hours unless otherwise specified. NOTE: All quantities are estimated. Items ordered on as needed basis. Payment will be made for quantities actually ordered and received by the Government. VENDORS OFFERING OTHER THAN THE BAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALINET CHARACTERISTICS: 2. ALL RADIONUCLIDES PROVIDED SHALL BE OF THE HIGHEST PURITY AT THE TIME OF CALIBRATION FOR GOVERNMENT USE. RADIONUCLIDES WILL BE FREE FROM CROSS CONTAMINATION AND OTHER IMPURITIES. 3. 67Gallium Citrate, 99mTc04 MAG-3, 201Thallus Chloride, 99m TcSetamibi, & 99mTcBicisate at the time of delivery will be isotonic, sterile & non-pyrogenic. These radionuclides are for diagnostic use and will have the ability to be introduced intravenously. 4. 123Iodine & 131Iodine Capsule will, be at the time of calibration, be free from impurities. They will have the ability to be administered orally for diagnostic and therapeutic procedures. 5. 133Xenon Gas will be supplied in the form of a gas and will have the ability to be administered by inhalation for lung ventilation studies. 6. Received dose activity must be within 5% of the calibrated dose activity. All isotopes will be calibrated for 1200 hours the day of delivery unless otherwise specified. Vendors shall comply with FAR 52.211-6, Brand Name or Equal, if submitting other than the brand name products. FAR Clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at internet address: http://www.acq.osd.mil/dpap/dars/afars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Evaluation of Quotes: The Government will award a contract resulting from this solicitation tot eh responsible vendor whose quote, confirming to this solicitation is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basic. The following factors will be used to evaluate quotes: 1. Technical Acceptability: in order to be considered technically acceptable, vendors must demonstrate that all items proposed [ if other than Brand Name] meet or exceed the salient characteristics listed above 2-6. 2. Price: All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition. FAR clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52.219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-18 [Availability of Funds] 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is 16 July 2009, 02:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (Mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-4964, Attn: Roland Jasso; e-mail: roland.jasso3@amedd.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Roland Jasso, telephone: (210) 221-4964.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009T0241/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01872197-W 20090712/090711000911-fceb47f7c3e66d90b98c77a2ff5a606f (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.