Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2011 FBO #3379
SOLICITATION NOTICE

65 -- RADIOPHARMACY SUPPLIES

Notice Date
2/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999, Old N.C. Highway 75, Butner, North Carolina, 27509
 
ZIP Code
27509
 
Solicitation Number
RFQP01061100016
 
Archive Date
3/12/2011
 
Point of Contact
Teresa A Cooper, Phone: 919-575-5000 ext 1047, Harold L. Day, Phone: (919)575-5000, ext. 1075
 
E-Mail Address
t1cooper@bop.gov, hday@bop.gov
(t1cooper@bop.gov, hday@bop.gov)
 
Small Business Set-Aside
N/A
 
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 and a written solicitation will not be issued. The Request for Quotation number is RFQ 10611-0013-0. Quotations are due no later 9:00 A.M. 25 February, 2011, and shall be sent via email to t1cooper@bop.gov. Fax quotations will also be accepted. Fax number is (919)575-5036. Email is preferred. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a quotation for the provision of Diagnostic and Therapeutic Radiopharmaceuticals in support of the Nuclear Medicine Department at the Federal Medical Center (FMC), Butner, North Carolina 27509. This acquisition will be processed under Commercial Item Procedures with an approximate delivery period of 25 February 2011 through 30 September 2011. This procurement is solicited on an unrestricted basis. Award will be made on an all or none basis. This solicitation document and incorporated provisions and clauses are that in effect through Federal Acquisition Circular 2005-36, subject to the availability of funds, and solicited on an unrestricted basis for NAICA 325412, with a size standard of 750 employees. All responsible sources may submit a quotation which shall be considered by the agency. Provisions and clauses in effect through Federal Acquisition Circular 2005-36 are incorporated. FAR provisions and clauses can be viewed internet address: http://farsite.hillaf.mil/vffarq.htm. The FMC has a requirement for radiopharmaceuticals in accordance with the following statement of work. Quantities are estimated. Orders will be placed on an as needed basis and delivered to FMC Butner, Old NC Hwy 75, and Butner, North Carolina 27209. Payment will be made for actual quantities ordered and delivered to the Government. Descriptions and estimated quantities are indicated. Please quote price per dose: In-111 Pentretreotide (per dose): 1 Tc-99m NaTc04 MD (per dose): 100 Macro Aggregated Albumin (per dose): 10 Pyrophosphate (per dose): 30 Sestamibi (per dose): 200 Parathyroid dose (per dose): 12 Tc-99m Myoview (per dose): 8 Tc-99m MDP (per dose): 200 Tc-99m Pertechnetate/0.35 mci (per dose): 24 Tc-99m DTPA (per dose): 48 Tc-99M Pertechnetate (bulk) (per mci): 4 Tc-99m Sulfur Colloid (per dose): 12 Tc_99m Ceretac WBCs GA-67 Citrate (per mci): 5 In-111 DTPA (per dose): 1 In 11 Oxine WBCs (per dose): 2 Cadema Ventilation Kit (each): 1 Ultratag Kit (each): 1 Mag 3 (per dose): 1 Tc-99 Choletec/Mebrofenin (per dose): 12 Thallium (per mci): 24 1-131-USP NAL Dx capsule (initial): 24 1-131USP NAL Tx capsule (additional): 12 1-131 (each): 6 STATE OF WORK - RADIOPHARMAEUTICALS: 1. The contractor shall provide all unit dose Radiopharmaceuticals used by the FMC Nuclear Medicine Department, Butner, North Carolina. 2. The contractor shall provide Radiopharmaceuticals during standard hours of care Monday through Friday from 07:30 am until 4:00 pm., excluding Federal Holidays. 3. The contractor will be contacted via telephone by the designated Nuclear medicine Technician(s) and deliver the ordered supplies to FMC. The names and phone numbers of FMC personnel authorized to place orders will be provided after a contract is awarded. 4. All routine orders for Radiopharmaceutical doses will be placed to the contractor the day prior to the clinic via telephone. The order will include specific doses and calibration times. The contractor will deliver the ordered Radiopharmaceutical doses to the front entrance of the FMC by 7:00 am EST on the day specified to ensure proper inventory and receipt of the shipment is done by qualified personnel. 5. The contractor will calibrate all Radiopharmaceutical doses to ensure proper activity ranges of +/- 10 percent of the specified ordered dose based on specific requirements provided by Nuclear Medicine Clinic based on guidelines outlined in 10 CFR Part 35. All products offered to the FMC must be of the same consistent high quality as would be offered to the general commercial public in the United States. (a) All products are purchased subject to acceptance by the FMC Nuclear Medicine Department. Products that fail to meet Quality Control criteria of Nuclear Medicine will not be accepted. Products will be rejected and may be discarded if found unsatisfactory by the Nuclear medicine's Quality Control when they are received, or later if deterioration of the products occurs before the outdate. The FMC will not be financially liable for unacceptable materials. (b) All products shall be tested for Quality Control by the supplier and only those products that pass Quality Control may be sent to the FMC. The supplier will demonstrate documentation of Quality Control performance of any item upon request of the FMC. (c) All defective or inferior products shall be replaced within 48 hours at no costs to the FMC. (d) It is the Contractor's responsibility to provide the FMC with recall notices on any product that has been delivered to the FMC that may be defective. Notification shall be made to the Contracting Officer via the most expedient method. 6. The contractor shall provide a daily invoice accompanying all Radiopharmaceutical shipments to the Nuclear Medicine Clinic for all orders placed. 7. The contractor will ensure that all Radiopharmaceutical doses provided are compounded and calibrated by or under the supervision of a certified Nuclear Medicine Pharmacist. 8. The contractor shall provide courier service that complies with Department of Transportation, Nuclear Regulatory Commission and other applicable regulating authorities enabling the delivery of all Radiopharmaceuticals. All couriers shall be licensed. 9. The contractor shall notify the FMC Nuclear Medicine Department immediately if it is unable to provide Radiopharmaceutical doses. 10. The contractor shall provide any training or education required to meet commercial standards related to use of Radiopharmaceuticals to all FMC Nuclear Medicine Technologists. 11. The Government intends to award a contract resulting from this solicitation to the responsible offer or whose quotation represents the best value to the Government (see 52.212-2 EVALUATION COMMERICAL-ITEMS (JAN 1999). Therefore, the offertory's initial proposal should contain the offertory's best terms. Prices quoted are all inclusive including all associated costs including shipping, handling, packaging, storage, licenses, fuel costs, etc. Offertory must price all CLINs. The following FAR provisions and clauses apply to this solicitation: FAR 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] with the following sub-clause: 52.232-33 [Payment by Electronic Funds Transfer - - - Central Contractor Registration (OCT 2003)] applies to this acquisition. 52.213-18 Ordering (OCT 1995) - From the first day of the performance period through the last day of the performance period. 52.216-21 Requirements-21 (OCT 1995) FAR 52.323-18 - Availability of Funds Applies. 12. Vendors shall provide company details, specifically: Complete company name and address, FAX number, Phone number, Current and valid Tax Identification Number (TIN), Current and valid DUNS number. Vendor shall be registered in the Central Contractor Registration website, www.ccr.gov prior to contract award. Please specific if your company is a large, small, small woman owned, small veteran owned, disadvantage, SDVOSB, or 8A business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/10502/RFQP01061100016/listing.html)
 
Place of Performance
Address: OLD NC HWY 75, P O BOX 999, BUTNER, North Carolina, 27509, United States
Zip Code: 27509
 
Record
SN02385208-W 20110224/110222234548-b5d3ffd273662dab7f3e6a6d7b1794ab (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.