Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
DOCUMENT

65 -- Radiopharmaceuticals for the New Mexico VA Medical Center - Attachment

Notice Date
9/26/2011
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;El Paso Contracting Office (138-90C);Carlos Leon, Contracting Officer;5001 N Piedras Street;El Paso TX 79930-4210
 
ZIP Code
79930-4210
 
Solicitation Number
VA25811RP1053
 
Response Due
9/30/2011
 
Archive Date
12/29/2011
 
Point of Contact
Carlos Jaquez, Contract Specialist
 
E-Mail Address
Contract Specialist
(carlos.jaquez@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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. VA-258-11-RP-1053 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This solicitation will be Unrestricted and the associated North American Industry Classification System (NAICS) code for this requirement is 325412 with a size standard of 750 employees. Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. Items being procured: Attachment 2 - Schedule of Supplies. Scope of Contract: This solicitation will result in a firm-fixed price contract for one fiscal year for radiopharmaceuticals for the Imaging Services located at the New Mexico VA Medical Center. Prices awarded will remain in effect for the contract period without an increase in price. Period of performance shall be October 1, 2011 through September 30, 2012. See Attachment 1 - Scope of Work. The provision at 52.212-1, Instructions to Offeror's-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS All questions must be in writing & emailed carlos.jaquez@va.gov. All questions must be received no later than September 30, 2011 at 2:00 PM EDT. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. File #1, File # and File #3 must be submitted electronically to carlos.jaquez@va.gov. Submittal Instructions: Submit the following in three separate files. 1.File #1: Schedule.doc a.Cover letter titled "Schedule RFP VA-258-11-RP-1053". b.Complete Schedule of Supplies (Attachment 2). c.Provide CLIN itemized and grand total pricing. 2.File #2: Technical_Proposal.doc a.Cover letter titled "Technical Proposal RFP VA-258-11-RP-1053" b.The Technical Proposal document should follow the sequential order identified in "FAR 52.212-2 Evaluation-Commercial Items". c.Each item in the Technical Proposal document must be clearly identified by its corresponding number and description. d.NO PRICE INFORMATION SHALL BE INCLUDED IN THE TECHNICAL PROPOSAL (File #2). 3.File #3: Past_Performance.doc a.Cover letter titled "Past Performance RFP VA-258-11-RP-1053" b.The Past Performance document shall include the information found on Attachment 3 Past Performance Information. Note: Each document shall be submitted separately. The provision at 52.212-2, Evaluation-Commercial Items applies and the specific evaluation criteria to be included in paragraph (a) of that provision includes: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL ACCEPTABILITY, PAST PERFORMANCE AND PRICE 1.Technical acceptability: Technical capability and compatibility of the items offered to meet the Government's requirement. 2.Past Performance: Past performance information will be evaluated for offeror's ability to perform the contract successfully. The currency and relevance of the information, source of the information, context for the data, and general trends in contractor's performance shall be considered. Performance Risk analysis provides insight into an offeror's probability of successfully completing the solicitation requirements based on the offeror's performance record on recent, relevant, and similar contract efforts. The number and severity of problems (if any), the demonstrated effectiveness of corrective actions taken (if required) and the overall performance record are to be taken into consideration. 3.Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. TECHNICAL PROPOSAL: The technical proposal is to include the following. (All the following items SHALL be addressed in the proposal or it will be considered "non-responsive" and will NOT be considered for award) 1.Submit proof of an unrevoked USRNC and/or FDA license to produce and distribute radiopharmaceuticals for human administration, and a license to receive, and dispose of radioactive waste. 2.Demonstrate the ability to deliver radio-pharmaceuticals within two (2) hours of order being placed. PAST PERFORMANCE: Offeror must submit at least three relevant past performance references to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). See Attachment 3 - Past Performance Information. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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. (End of Provision) EVALUATION PROCESS Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or equal requested. Award will be on an "all or none" basis; the offeror shall submit prices on all CLINs. (a)The following ratings will be used in evaluation offerors technical proposal: Acceptable - To receive this rating, the offeror shall present a proposal that clearly and comprehensively addresses the technical acceptability factor. The offeror shall provide sufficient details for the Government to determine that the items offered satisfactorily meet the minimum requirements of the solicitation. The proposal shall clearly demonstrate that the offeror fully understands and is capable of performing the requirement for the total proposed price indicated in its proposal. Unacceptable - An unacceptable rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: (1) Fails to clearly and comprehensively address each of the factors. (2) Fails to provide sufficient detail for the Government to determine whether the proposal satisfactorily meets the minimum requirements of this solicitation in addressing the factors. (3) Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. (b)The following rating will be used in evaluation offerors past and present performance: Favorable - Based on the offeror's past and present performance record, the Government has essentially no doubt that the offeror will be able to successfully perform the required effort. Unfavorable - Based on the offeror's past and present performance record, the Government has significant doubt that the offeror will be able to successfully perform the required effort. Neutral/Unknown Risk - No relevant performance record is identifiable upon which to base a meaningful performance risk prediction. A thorough search was unable to identify any relevant past and present performance information for the offeror or key team members/subcontractors or their key personnel. This is neither a negative nor a positive assessment. (1)Evaluation of past and present performance will be subjective based on consideration of all relevant facts and circumstances. The currency, content, general trends, and relevance of the information in contractor's performance will be considered. Providing incorrect references and phone numbers may render your proposal as unacceptable. (2)The government may also consider and use any additional information from its own files, databases such as the Past Performance Information Retrieval System, references provided by the offeror, or from any source it deems appropriate. The Government may survey references to verify information provided and may survey other sources known to the Government. (3)If adverse past and present performance information is obtained, the respective point of contact will be contacted to obtain additional information about the circumstances surrounding the situation. Offerors will be given an opportunity to address unfavorable reports of past and present performance to which the offeror has not had a previous opportunity to respond. The offeror's response, or lack thereof, will be taken into consideration. If an offeror does not have a past and present performance history relating to the solicitation, the offeror will not be evaluated favorably or unfavorably, and a neutral rating will be given for this factor. Note: Any offeror that receives a rating of unfavorable in past and present performance will not be considered. Award will be made using the lowest-price, technically-acceptable source selection process. Award will be made to the offeror that presents the proposal that possesses all of the following characteristics: (1) meets the acceptability standards for non-price factors, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) Offeror (5) has the lowest price of those offerors meeting the first four characteristics listed here. Offerors shall be registered in Central Contractor Registration (CCR) data base located at http://www.ccr.gov. Offers shall be registered in the Offeror Representations and Certifications-Commercial Items at https://orca.bpn.gov OR a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following clauses and provisions are included in this solicitation: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there is no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and no additional FAR clauses cited in the clause are applicable to the acquisition. 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011), 52.216-18 ORDERING (OCT 1995), 52.216-19 ORDER LIMITATIONS (OCT 1995), 52.216-22 INDEFINITE QUANTITY (OCT 1995), VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008), VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009), VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009), VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984), VAAR 852.246-71 INSPECTION (JAN 2008), VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008), 52.216-1 TYPE OF CONTRACT (APR 1984), 52.225-18 PLACE OF MANUFACTURE (SEPT 2006), 52.233-2 SERVICE OF PROTEST (SEP 2006), 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008), VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008), VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998), VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008), VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) The full text of clauses and provisions can be found at http://acquisition.gov/comp/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm RFP DUE DATE: Responses to this solicitation shall be vial electronic submission to Carlos Jaquez at carlos.jaquez@va.gov on or before September 30, 2011 at 6:00 PM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25811RP1053/listing.html)
 
Document(s)
Attachment
 
File Name: VA-258-11-RP-1053 VA-258-11-RP-1053_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262275&FileName=VA-258-11-RP-1053-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262275&FileName=VA-258-11-RP-1053-000.docx

 
File Name: VA-258-11-RP-1053 S02 ATTACHMENT 1 SCOPE OF WORK.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262276&FileName=VA-258-11-RP-1053-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262276&FileName=VA-258-11-RP-1053-001.DOCX

 
File Name: VA-258-11-RP-1053 S02 ATTACHMENT 2 SCHEDULE OF SUPPLIES.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262277&FileName=VA-258-11-RP-1053-002.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262277&FileName=VA-258-11-RP-1053-002.DOCX

 
File Name: VA-258-11-RP-1053 S02 ATTACHMENT 3 PAST PERFORMANCE INFORMATION.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262278&FileName=VA-258-11-RP-1053-003.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262278&FileName=VA-258-11-RP-1053-003.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Imaging Service (114);1501 San Pedro Drive SE;Albuquerque, NM
Zip Code: 87108-5154
 
Record
SN02593408-W 20110928/110927000442-0e5c90cb6b5cf87c00eb579c43e7a0f6 (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.