Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
DOCUMENT

65 -- Radiopharmaceuticals Medicine - Attachment

Notice Date
2/2/2016
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24816Q0449
 
Response Due
1/29/2016
 
Archive Date
2/28/2016
 
Point of Contact
Mark L. Cline
 
E-Mail Address
mark.cline@va.gov
(mark.cline@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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as solicitation number VA248-16-Q-0449 and is issued as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-85-1 effective 01-04-2016. This solicitation starts on 02/02/2016 and will end 02/12/2016 at 4:00 pm EST and is unrestricted. Network Contracting Office NCO-8 East, Bay Pines VAHCS intends to award an Indefinite-Delivery Contract-Requirements Contracts In-Accordance with FAR Part 16.503 with Firm Fixed Price contract line items (CLIN) for Radiopharmaceuticals: This procurement is being conducted under the FAR part 13. The intent is to award multiple Firm-Fixed Price contracts with an anticipated Period Of Performance of for a Five (5) Year contract beginning on: 01 March, 2016 to 28 February, 2017 and four (4) one year ordering periods identified below. The North American Industrial Classification System (NAICS) code for this procurement is 325412 Pharmaceutical Preparation Manufacturing; the size standard is 750 employees. All responsible sources may submit a quote, which if received timely, will be considered by NCO-8 Contracting Office Bay Pines. All offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov; and www.vetbiz.gov, if applicable, to be considered for an award of a federal contract. The record shall be complete and not missing elements such as representations and certifications. Contractors interested in providing these Radiopharmaceuticals should submit their quotes via email to: mark.cline@va.gov. Quotes shall be received No Later Than 02/12/2016 at 4:00 P.M. Eastern Time Zone and reference the solicitation number (VA246-16-Q-0449). Please direct all questions regarding this procurement to Mark L. Cline, Contracting Officer at: mark.cline@va.gov. For detailed description review the attached Performance Work Statement (PWS). The following Contract Line Items (CLINS) are applicable to this requirement. Year 1-1 March 2016-28 February 2017 Year 2- 1 March 2017-28 February 2018 Year 3-1 March 2018-28 February 2019 Year 4-1 March 2019-29 February 2020 Year 5-1 March 2020-28 February 2021 Contractors shall quote prices for all of the following Contract Line Item Number(s): CLIN DESCRIPTION BEST ESTIMATED QUANTITY PER YEAR (BEQ) (EACH) COST PER UNIT (EACH) 0001 (Year 1)Indium-111 ProstaScint 20 0002 (Year 1)F-18 Amyvid 20 1001 (Year 2)Indium-111ProstaScint 20 1002 (Year 2)F-18 Amyvid 20 2001 (Year 3)Indium-111ProstaScint 20 2002 (Year 3)F-18 Amyvid 20 3001 (Year 4)Indium-111ProstaScint 20 3002 (Year 4)F-18 Amyvid 20 4001 (Year 5)Indium-111ProstaScint 20 4002 (Year 5)F-18 Amyvid 20 TOTAL CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities (Apr 1984) 52.203-16 Preventing Personal Conflicts of Interest (Dec 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-7 System for Award Management (Jul 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) 52.212-1 Instructions to Offerors-Commercial Items (Oct 2015) 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (May 2015) 52.216-1 Type of Contract (Apr 1984) As prescribed in 16.105, complete and insert the following provision: The Government contemplates award of a IDC-Requirements contract resulting from this solicitation. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232.18 Availability of Funds (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-2 Service of Protest (Sep 2006) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-2 Inspection of Supplies-Fixed-Price (Aug 1996) 52.247-34 F.O.B Destination (Nov 1991) http://www.acquisition.gov/far/index.html in solicitations and contracts in order to incorporate clauses by reference CLAUSES INCORPORATED BY FULL TEXT 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2016) As prescribed in 12.301(b)(4), insert the following clause: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.216-18 Ordering (Oct 1995) As prescribed in 16.506(a), insert the following clause: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from: 1 March 2016 through 28 February 2021. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitations (Oct 1995) As prescribed in 16.506(b), insert a clause substantially the same as follows: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,942.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $8,000.00; (2) Any order for a combination of items in excess of $8,000.00; or (3) A series of orders from the same ordering office within 2 days that together call for quantities exceeding the limitation in subparagraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 day(s) after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 Requirements (Oct 1995) As prescribed in 16.506(d), insert the following clause: (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after: 28 February 2021. 852.203-70 Commercial Advertising (Jan 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. 852.203.71 Display of Department of Veterans Affairs Hotline Poster (Dec 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports. 852.215.71 Evaluation Factor Commitments (Dec 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements (Dec 2009) (a) This clause does not apply to small business concerns. (b) If the offeror is required to submit an individual subcontracting plan, the minimum goals for award of subcontracts to service-disabled veteran-owned small business concerns and veteran-owned small business concerns shall be at least commensurate with the Department's annual service-disabled veteran-owned small business and veteran-owned small business prime contracting goals for the total dollars planned to be subcontracted. (c) For a commercial plan, the minimum goals for award of subcontracts to service-disabled veteran-owned small business concerns and veteran-owned small businesses shall be at least commensurate with the Department's annual service-disabled veteran-owned small business and veteran-owned small business prime contracting goals for the total value of projected subcontracts to support the sales for the commercial plan. (d) To be credited toward goal achievements, businesses must be verified as eligible in the Vendor Information Pages database. The contractor shall annually submit a listing of service-disabled veteran-owned small businesses and veteran-owned small businesses for which credit toward goal achievement is to be applied for the review of personnel in the Office of Small and Disadvantaged Business Utilization. (e) The contractor may appeal any businesses determined not eligible for crediting toward goal achievements by following the procedures contained in 819.407. 852.232-72 Electronic Submission of Payment Requests (Nov 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; 852.246-71 Inspection (Jan 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. 852.232-72 Electronic Submission of Payment Requests (Nov 2012) Provisions-By Reference: 52.204-7 System for Award Management (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) 52.209-7 Information Regarding Responsibility Matters (Jul 2013) 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2015) 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a IDC-Requirements Contract resulting from this solicitation 52.216-27 Single or Multiple Awards (Oct 1995) 52.217-5 Evaluation of Options (Jul 1990) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 52.232-38 submission of Electronic Funds Transfer Information with Offer (Jul 2013) 52.233-2 Service of Protest (Sep 2006) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ Provisions-By Reference: 852.215-70 Service-Disable Veteran-Owned and Veteran Owned Small Business Evaluation Factors 852.233-70 Protest Content (Jan 2008) 852.233-71 Alternate Protest Procedures (Jan 1998) 852.273-74 Award without Exchanges (Jan 2003) http://www.va.gov/oal/library/vaar/index.asp
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24816Q0449/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-16-Q-0449 VA248-16-Q-0449.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2538678&FileName=VA248-16-Q-0449-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2538678&FileName=VA248-16-Q-0449-000.docx

 
File Name: VA248-16-Q-0449 PERFORMANCE WORK STATEMENT.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2538679&FileName=VA248-16-Q-0449-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2538679&FileName=VA248-16-Q-0449-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04007211-W 20160204/160202234408-0079ba2e9efe49ebfe15733dc14842a7 (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.