Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

65 -- Radiopharmaceuticals

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
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
W81K0010T0326
 
Response Due
8/30/2010
 
Archive Date
10/29/2010
 
Point of Contact
James Metzger, 210-221-5022
 
E-Mail Address
Great Plains Regional Contracting Ofc
(james.metzger@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. Combined Synopsis/Solicitation no. W81K00-10-T-0326 is issued as a request for quotation (RFQ), subject to the availability of fiscal year (FY) 2011 funds. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This acquisition is solicited on an unrestricted (full and open) competition basis for NAICS 325412. All responsible sources may submit a quotation that shall be considered by the agency. The requirements of this RFQ are for Radiopharmaceuticals for Brooke Army Medical Center. Supplies are to be ordered and delivered on an as-needed basis during the period of performance. Period of Performance: 01 October 2010 30 September 2011 Place of Performance: Department of Radiology Attn: Nuclear Medicine Service, Patrick OBrien Brook Army Medical Center Fort Sam Houston TX 78234 FOB Point: Destination Line item 0001: Radiopharmaceuticals, Cardinal Health Brand or Equal Quantity: 1 Lot Required Delivery: Locally Stocked Items Must Be Delivered Within Four Hours of Order Placement Non-Locally Stocked Items Must Be Delivered Within Forty-Eight Hours of Order Placement Unit Prices include One (1) Daily Delivery (Mon-Fri 6:00 a.m. 5:00 p.m. and Saturday 06:00 a.m. 10:00 a.m.) Unit Prices are to be quoted on a quantity of 1 (one) unit. Add all unit prices and list the total amount on the line: TOTAL NET AMOUNT. Product CodeProduce I.D.Price TC9950,52,56,57Tc99m MDP$______________/dose TC9930-32Tc99m MAA$______________/dose TC9920-25Tc99m Sulfur Colloid$______________/dose TC9926-27Tc99m Filtered Sulfur Colloid$______________/dose TC9940-2,44Tc99m DTPA Renal$______________/dose TC9910Tc99m Choletec$______________/dose TC99D0Tc99m DMSA$______________/dose TC99N0Tc99m Neurolite$______________/dose TC9900Tc99m Mag3$______________/dose SM1531Quadramet$______________/dose SR8921Sr-89 Strontium Chloride$______________/dose IN1162In-111 Octreoscan$______________/dose IN1171Prostascint$______________/dose TC0400Tc99m Sodium Pertechnetate$______________/mCi TC99L0Cardiolite Tc99m Sestamibi$______________/unit dose TC99LH`Generic Tc99m Sestamibi$______________/unit dose TC99M0Tc99m Myoview$______________/unit dose TL2011, 1DTI201 Thallous Chloride$______________/mCi 11017310mL Vial Dipyridamole$______________/vial 110203Adenoscan 20 ml Vial$______________/vial 110202Adenoscan 30 ml Vial$_______________/vial 110104Lexiscan$_______________/syringe GA6720Ga67 Gallium Citrate$______________/mCi I12310-11I123 Sodium Iodide Capsule 100 uCi$______________/each I12320I123 Sodium Iodide Capsule 200 uCi$______________/each I123I123 MIBG (Iobenguane Sulfate)$______________/dose I13110-14I131 DX Cap$______________/10 100 uCi I131D5-D6I131 Drax Therapy Solution$______________/1 5 mCi Each additional mCi$______________/mCi I131D7-D8I131 Drax Therapy Capsule$______________/1 6 mCi Each additional mCi$______________/mCi XE1331Xe133 Xenon Gas 10 mCi vial$______________/vial XE1332Xe133 Xenon Gas 20 mCi vial$______________/vial 100021Sulfur Colloid$_______________/vial 100036MAA$________ ______/vial 100046DTPA$______________/vial 100055MDP$______________/vial 100095Choletec$______________/vial 100097Kinevac$______________/vial 100070Disofenin$______________/vial 100082Pyrophosphate$______________/vial 110010ACD Solution$______________/vial 100120Ultratag RBC$______________/each IN1128Indium WBC Labeling Charge$______________/each IN1124Indium Oxine WBC Study$______________/each 110082In-111 WBC Set-up$______________/each 110071Tc99m Ceretec WBC Set-up$______________/each TC99C0Ceretec Brain$______________/each TC99C1Ceretec WBC$______________/each TC99C7Tc99m Ceretec WBC Service Fee$______________/each 110050Evacuated Vial$______________/each 220101Evacuated Vial$______________/each 121659Aluminum Ion Kit$______________/kit 110070MAG-3 QC Cartridge (10 per pk.)$_______________/pk 110071Baker Flex$_______________/each 169990Whatman QC Paper (5 sheets)$_______________/pk 169997SG QC Paper (5 sheets)$_______________/pk 169997SG QC Paper (box)$_______________/box 313287Polypropylene Centrifuge Tubes$_______________/each 121217Radiacwash (gallon)$_______________/gallon 121218Radiacwash (5 gallon)$_______________/each 121220Radwash Mist$_______________/Bottle 121219Radwash Towelettes$_______________/box 120510Sign Rad. Mat. (10 X 7) Metal$_______________/each 120511Sign Rad. Area (10 X 7) Metal$_______________/each 120512Sign Air/Rad (10 X ?) Metal$_______________/each 120520Sign Rad. Matl. (8 X 10) Cardboard$_______________/each 120521Sign Rad Area (8 X 10) Cardboard$_______________/each 120530Sign Rad. Area (5 X 7) Press On$_______________/each 120540Sign Rad Matl. (5 X 7) Press On$_______________/each 120590Caution Rad. Warning Tape$_______________/roll 121245Needle Recapper(NERD)$_______________/each 130091Xenon Gun $_______________/each 121301Absorbent Paper$_______________/each 131000Drierite$_______________/bottle 131012Soda Lime$_______________/bottle 180033Sealed Source Leak Test$_______________/each 180010Survey Meter Calibration$_______________/each Line item 0002: Each Additional Delivery (Mon-Fri 6:00 a.m. 5:00 p.m. and Saturday 6:00 a.m. 10:00 a.m.)$________________/each Line item 0003: After Hour Emergency Delivery Charge Mon Fri 5:01 p.m. 5:59 a.m. And Saturday 10:01 a.m. to 12:00 p.m. And Sunday 12:01 a.m. to Monday 6:00 a.m. And Holidays$________ _________/each Line item 0004: Pharmacy Emergency Call Out Charge$_________________/each Line item 0005: STAT Delivery$_________________/each TOTAL NET AMOUNT$______________________ The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions Commercial Items] Addendum 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.202-1 [Definitions] 52.203-3 [Gratuities] 52.203-6 [Restrictions on Subcontractor Sales to the Government] 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.204-5 [Women-Owned Business Other Than Small Business] 52.204-10 [Reporting Executive Compensation and First-Tier Subcontract Awards] 52.209-6 [Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-3 [Offeror Representations and Certifications -- Commercial Items} 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-8 [Utilization of Small Business Concerns] 52.222-3 [Convict Labor] 52.222-19 [Child LaborCooperation 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] 52.222-50 [Combating Trafficking in Persons] 52.222-54 [Employment Eligibility Verification] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-18 [Availability of Funds] 52.232-36 [Payment by Third Party] 52.233-2 [Service of Protest] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claim] 52.242-13 [Bankruptcy] 52.252-1 [Solicitation Provisions Incorporated By Reference] 52.252-2 [Clauses Incorporated by Reference] 52.252-6 [Authorized Deviations in Clauses] 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials] 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights] 252.204-7003 [Control of Government Personnel Work Product] 252.209-7001 [Disclosure of Ownership Or Control By The Government of a Terrorist County] 252.209-7004 [Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country] 252.212-7000 [Offeror Representations and CertificationsCommercial Items] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] 252.225.7000 [Buy American Act Balance of Payments Program Certificate] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.225-7002 [Qualifying Country Sources as Subcontractors] 252.226-7001 [Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns] 252.232-7010 [Levies on Contract Payments] 252.247-7023 [Transportation of Supplies by Sea] End of Addendum to 52.212-4 52.212-5 [Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items (DEVIATION)] 52.212-1 [Instructions to Offerors] Addendum to 52.212-1 (m) Provide the following to demonstrate Technical Acceptability: 1. Technical Acceptance. If providing an equal item(s) comply with FAR Clause 52.211-6, Brand Name or Equal. 1.1. Price. Provide a price for all items. 2. Contractors must submit their quote to the following address or via e-mail: Great Plains Regional Contracting Office MCAA-GP BAMC / Attn: Mr. James Metzger 3851 Roger Brooke Drive, Room L31-9V Fort Sam Houston, TX 78234-6200 Email: james.metzger@us.army.mil (n) All vendors 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: https://www.bpn.gov/ccr/. Confirmation of CCR registration will be validated prior issuance of an order. (o) Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. (p) It is requested that quotations be submited on company letterhead signed by an authorized company representative. Quotes can be submitted by entering unit prices into this solicitations line items herein, attached to a cover containing company name, address, contact name and title, phone number and/or email address. Please include a DUNS and/or CAGE code. Quotes may be submitted via mail or e-mail. (q) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.211-6 [Brand Name or Equal] a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) End of Addendum to 52.212-1 52.212-2 [Evaluation Commercial Items] Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: 1. The Government will issue an order 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.) 2. Evaluation Process: All quotes will be evaluated on overall Technical Acceptability. The award decision will be based on the Lowest Priced Technically Acceptable Quote. End Addendum to 52.212-2 (End of provision) (End of solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0326/listing.html)
 
Place of Performance
Address: Brooke Army Medical Center 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02257163-W 20100828/100827000843-6f2a77d3cae8bf00141b14e8f6e88683 (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.