Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

65 -- Narcotic Cassettes

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 1110;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA-259-09-RP-0449
 
Response Due
9/24/2009
 
Archive Date
10/4/2009
 
Point of Contact
Aeonard BorelContracting Specialist(303) 504-2692
 
E-Mail Address
Contracting Officer's E-mail Address
(aeonard.borel@va.gov)
 
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. Solicitation VA-259-08-RP-0449 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This is a competitive procurement under the North American Industrial Classification System (NAICS) Code 325412. The Eastern Colorado Health Care System (ECHCS) intends to solicit an indefinite delivery/indefinite quantity (IDIQ) contract for narcotics and corresponding utilization cassettes, as identified in the pricing schedule. Services shall be one year from date of award. All payments by the Government to the contractor shall be made in accordance with FAR 52.212-4(i) Payments. Invoices shall be submitted in accordance with FAR 52.212-4(g) Invoices. All invoices from the contractor shall be submitted to the following address: Department of Veterans Affairs Financial Service Center, PO Box 149971, Austin TX 78714-8971. The pricing schedule will contain: (1) The description of the item to be provided, (2) The Government's estimated quantity of use per year by unit of issue, (3) The unit price, and (4) The estimated extended price (Government estimated quantity of use by unit of issue times the unit price). CLIN 0001 is described as MORPHINE SULFATE 1MG/ML IN 0.9% SODIUM CHLORIDE 50ML IN 50ML MEDICATION CASSETTE RESERVOIR, 5 PER CASE, with an estimated quantity and unit of 300 CS. CLIN 0002 is described as HYDROMORPHONE HCL 0.2MG/ML IN 0.9% SODIUM CHLORIDE 100 MLIN 100ML MEDICATION CASSETTE RESERVOIR, 5 PER CASE with an estimated quantity and unit of 72 CS. CLIN 0003 is described as SMITHS MEDICAL 50ML EMPTY CASSETTES, 5 PER CASE, with an estimated quantity and unit of 300 CS. CLIN 0004 is described as SMITHS MEDICAL 100ML EMPTY CASSETTES, 5 PER CASE, with an estimated quantity and unit of 72 CS. Guaranteed Minimum Quantity: The quantities listed in the schedule of Supplies or Services and Price/Cost are estimates based on previous year's utilization. Notwithstanding the estimated quantities contained within the schedule, the Government is obligated to order only the minimum quantity of $1,000.00 over the life of the contract. The maximum quantity to be ordered is not to exceed $50,000 per year. Should the contractor be unable to provide delivery within the specified time period, the contractor shall immediately notify the COTR as to why he/she will be unable to perform as required by the contract. Notification shall be in sufficient time to allow the VA to seek other alternatives and remedies necessary to complete the services required. Should the contractor fail to furnish services within the specified time periods, after the receipt of a delivery order, the VA reserves the right to obtain the service from another source and to charge the Contractor for all costs in excess of those contained within the price schedule. The Contracting Officer or his/her designee shall be solely responsible for determining when to order service from another source. Furthermore, failure to provide services as set forth in this contract shall be grounds for termination for cause under the terms of FAR 52.212-4(m) Termination for Cause clause.The Contractor shall operate the facility ("Center"), which shall provide the services to Customer. The Center shall be operated consistent with applicable Federal and State licensing requirements, laws, and regulations established for such service. The Center shall operate in accordance with applicable Industry Manufacturing Practices, Drug Enforcement Agency requirements, as well as standard and customary commercial practices. Under Federal and State laws and the Contractor's standard operating procedures, the Contractor shall not accept from Customer the return of any service. If there is a question regarding the quality of an admixture, the admixture may be shipped to the Contractor for evaluation purposes only. For any admixture preparation which evaluation reveals was prepared in error by the Contractor, the Contractor shall provide Customer a full credit for the service. This contract applies only to services listed on the pricing schedule. The VA represents that it and each of its locations, have all required local, state, and federal licenses applicable to the receipt of sale and distribution of the services and will forward copies of such licenses to the Contractor. The VA shall be responsible for determining whether any compounded solution provided under this contract is clinically correct, appropriate or accurate for prescribing to any particular patient and for any particular disease or condition, and for determining and recording the individual patients that receive the medications. The VA represents that The Denver VAMC is a facility in the United States owned, directly or indirectly, or effectively managed by the VA, Denver, CO as of the Commencement Date of this the contract and in which VA, Denver, CO uses services. The VA, Denver, CO will promptly notify the Contractor of all changes to such Facility in order to maintain the accuracy of this representation during the term of the contract. Additional facilities within VISN 19 may be added only upon written request by the VA, Denver, CO and only upon written agreement by the Contractor's home office. The effective date of pricing for new facilities shall be the date set by the Contractor. These facilities are only eligible for the pricing and terms under this contract during the effective term of the contract. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base year. 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). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Contractor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offeror shall submit a minimum of three references from organizations with which they have provided previous services, providing the organization's name and point of contact, their address, and telephone number. FAR 52-216-1, Type of Contract, is prescribed (The Government contemplates award of a firm-fixed price contract resulting from this solicitation). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial items applies to this acquisition with the following changes, items (e) and (h) of the standard clause are deleted. The following provisions are incorporated into 52.212-1 as an addendum to this contract. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text, and apply to this acquisition. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.216-18, Ordering (Oct 1995) (which provides orders may be issued between October 1, 2007 and September 30, 2012); 52.216-19 (which provides a Minimum order less the $50.00; Maximum order for a single item in excess of $1,000.00; for a combination of items in excess of $5,000.00; a series of orders from the same ordering office within two(2), and the Contractor shall honor any order exceeding the maximum order limitations in defined in paragraph (b), unless the order (or orders) is returned to the ordering office within one (1) day(s) after issuance), and 52.216-22 Indefinite Quantity (Oct 1995), providing that the Contractor shall not be required to make deliveries under this contract after September 30, 2012. The following standard FAR clauses are incorporated and apply to this acquisition: 52.217-9 (which provides that the Government may extend the term of the contract within 60 calendar days, provided that the Government shall provide a preliminary notice of intent at least 60 calendar prior to the expiration date; and services under this contract shall not exceed five (5) years), 52.232-18 Availability of Funds (Apr 1984), and 52.232-19 (which provides that funds are not authorized past September 30 of any fiscal year, unless written authorization is received from the Contracting Officer).VAAR 852-233-70 Protest Content (Jan 1998), 852-233-71 Alternate Protest Procedure, 852-237-70 Contractor Responsibilities (Apr 1984) and VAAR 852.270-4 Commercial Advertising (Nov 1984). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2006)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 10 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). Interested offerors may submit their proposals along with a completed copy of the provision at FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, on or before 4:30 p.m., September 24, 2009. Proposals shall be directed to Aeonard R. Borel, Contracting Officer, VISN 19 Rocky Mtn Network Contracting, 4100 East Mississippi Ave, Ste 1110, Glendale, CO 80246. PH: 303-504-2692, FAX 303-691-6558; Email: aeonard.borel@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA-259-09-RP-0449/listing.html)
 
Record
SN01960847-W 20090920/090919000142-8f37665c6835cb3556d4891a36a4c25c (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.