Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

65 -- Purchase of Radiopharmaceuticals Reagents for Radiology Department at Brooke Army Medical Center.

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
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
W81K00-09-T-0593
 
Response Due
9/19/2009
 
Archive Date
11/18/2009
 
Point of Contact
Lydia Trevino, (210) 221-4868
 
E-Mail Address
Great Plains Regional Contracting Ofc
(lydia.trevino@us.army.mil)
 
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 is a solicitation W81K00-09-T-0593 of purchase request W81NWY92298401 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 325412. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for purchase of Radiopharmaceuticals Reagents for the Radiology Department at Brooke Army Medical Center, Fort Sam Houston, TX 78234. Quantities are to be ordered during the period of date of award through 30 Sep 2010. Payment will be made for actual quantities ordered and received. FOB Destination. Line Item No. 0001: Radiopharmaceuticals Local Stocked items must be delivered in four hours; Items not stocked locally must be delivered in 48 hours. Payment will be made for actual quantities ordered and received. See attached list. Period of Performance: 1 Oct 09 through 30 Sep 10 Unit Price: $____________Total Annual Amount: $________________ Line Item No. 0002: Fuel Surcharge for Delivery. Fuel surcharges for daily delivery of Radiopharmaceuticals. Period of Performance: 1 Oct 09 through 30 Sep 10 Unit Price: $____________Total Annual Amount: $_______________ Line Item 0003: Surcharge per Milicurie of Technetium; $0.23 per milicurie surcharge for technetium products. Performance Period: 1 Oct 09 through 30 Sep 10. Unit Price: $____________Total Annual Amount: $________________ DELIVERY TERMS: Two scheduled deliveries per day (Monday through Friday from 7:00 a.m. to 5:00 p.m.) Unit Price: $____________ Each additional scheduled delivery (Monday through Friday from 7:00 a.m. to 5:00 p.m.) Unit Price: $____________ One scheduled delivery for Saturday during local pharmacy business hours Additional deliveries will be invoiced as a STAT or emergency delivery. STAT delivery (all Sunday, holiday, after hours, STAT or emergency orders) Unit Price: $___________ Pharmacy Call-Out Fee: A pharmacist call-out fee will be assessed for all orders placed on a STAT basis after normal business hours. Unit Price: $_________________ LIST OF RADIOPHARMACEUTICALS ProductProduct DescriptionUnit Pkg TypePrice Codeof Measure 102Tc99m NaTc04 (Bulk)per mCivial$____ 102Tc99m NaTc04 UD1-25mCisyringe$____ 104Tc99m PYP (Pyrophosphate) UD1-25 mCisyringe$____ 105Tc99m MDP (Medronate) UD1-25 mCisyringe$____ 108Tc99m GLUCEPTATE" (Glucoheptonate) UD1-20 mCisyringe$____ 109Tc99m DTPA (Pentetate) Renal UD1-25mCisyringe$____ 109Tc99m DTPA (Pentetate) Aerosol UD26-40 mCisyringe$____ 110Tc99m TSC (Sulfur Colloid) UD1-8 mCisyringe$____ 111Tc99m MAA (Macroaggregated Albumin) UD1-7 mCisyringe$____ 116Tc99m MAG-3" (Mertiatide)UD1-15 mCisyringe$____ 120 Tr99m DMSA (Succimer) UD1-5 mCisyringe$____ 121Tc99m HEPATOLITE" (Disofenin) UD1-10mCisyringe$____ 122Tc99m MEBROFENIN UD1-10 mCisyringe$____ 125Tc99m CERETEC (Exametazime Injection) UD1-30 mCisyringe$____ Tc99m MYOVIEW (Tetrofosmin) UD1-30 mCisyringe$____ 255Tc99m CERETEC (Exametazime) WBC Labelingper studyper study$____ 133Tc99m ACUTECT UD20-25 mCisyringe$____ 327I-123 ADREVIEW6-10mCisyringe$____ 209DTPA (Penetate) KIT10 vialkit$____ 210TSC (Sulfur Colloid) KIT5 vialkit$____ 211MAA (Macroaggregated Albumin) KIT10 vialkit$____ 220DMSA (Succimer) KIT5 vialkit$____ 224MEBROFENIN KIT10 vialkit$____ 226ULTRATAG KIT1 vialkit$____ 235STABILIZED CERETEC (Exametazime Injection) KIT5 vialkit$____ 755Lexiscan5mlsyringe$____ 301T1201 (Thallous Chloride) UDper mCisyringe$____ 320I123 (Sodium Iodide I-123 Capsule)100 uCieach$____ 325I123 (Sodium Iodide I-123 Capsule)200 uCieach$____ 351In111 INDICLOR" (Indium I11 Chloride)5 mCivial$____ 352In111 DTPA (In111 Penetate)1.5 mCivial$____ 353In111 OXINE (Oxyquinoline)1 mCivial$____ 355In111 LABELED WBCper studyper study$____ 375In111 OCTREOSCAN"per studyper study$____ 420I131 DIAGNOSTIC CAPSULE5-100 uCieach$____ 430I131 THERAPY CAPSULE1-6 mCieach$____ 430I131 THERAPY CAPSULEea addtlmCi$____ 711Xe133 (Xenon) Gas10 mCivial$____ 712Xe133 (Xenon) Gas20 mCivial$____ 750METASTRON Sr89 Chloride4 mCivial$____ 1011ADENOSCAN30 MLvial$____ 1031Aminophylline Injectioneachvial$____ 1032Dobutamineeachvial$____ NOTE: The required Salient Characteristics are identified within each Line Item above. This requirement is on an ALL OR NONE basis. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to Brooke Army Medical Center, Fort Sam Houston, TX. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 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 including subparagraphs: 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, 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, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.232-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 19 Sep 2009, 10:00 A.M., Central Standard Time. Submit offers via email to Lydia.Trevino@us.army.mil. Place of performance: Brooke Army Medical Center Bldg 3600 Patrick OBrien Radiology Department 3851 Roger Brooke Drive Fort Sam Houston, TX 78234-6200 UNITED STATES Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868, Email Lydia.Trevino@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Lydia Trevino, (210) 221-4868
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0593/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01953642-W 20090916/090915000743-00c13d32f8ca5eb6a17fb3aeef3f08fa (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.