Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
DOCUMENT

68 -- RadioPharmacy - Attachment

Notice Date
9/12/2017
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;WBVAMC Wilkes Barre VA Medical Center;1111 East End Blvd;Wilkes Barre, PA 18711
 
ZIP Code
18711
 
Solicitation Number
VA24417Q1790
 
Response Due
9/22/2017
 
Archive Date
10/22/2017
 
Point of Contact
debra.willard@va.gov
 
E-Mail Address
debra.willard@va.gov
(DEBRA.WILLARD@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Wilkes-Barre VA Medical Center in Wilkes-Barre, Pennsylvania has a procurement request for radiopharmaceuticals. This is a Combined Synopsis Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation, quotes are being requested, and a written solicitation will not be issued. Interested contractors that respond to this Combined Synopsis Solicitation must provide evidence that they are able to meet all of the requirements identified herein. Please note that in accordance with FAR Clause 52.219-6 this requirement is being solicited as Unrestricted. The proposed contract action is for supplies for which the Government intends to solicit competitive offers to award a firm fixed price contract. Interested vendors may submit offers, and all eligible offers received prior to the date listed in FBO will be considered by the Government. The NAICS code for this requirement is 325412 and the size standard is 1250 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. Only emailed proposals received directly from the offeror shall be considered acceptable. A. SCOPE The Wilkes-Barre VA Medical Center in Wilkes-Barre, PA, located at 1111 East End Blvd, Wilkes-Barre, PA. 18711 have a requirement for a United States Nuclear Regulatory Commission (US NRC) and Food and Drug Administration (FDA) Licensed Contractor to provide radiopharmaceuticals for the Nuclear Medicine Department for patient care. The Wilkes-Barre VA Medical Center in Wilkes-Barre, PA intends to award a base year plus four option years, firm fixed price, Indefinite Delivery, Indefinite Quantity, Requirements Contract to a licensed Radio-pharmacy authorized to manufacture and distribute Radiopharmaceutical Supplies and Services in Delaware with a period of performance of September 14, 2017 through September 30, 2022. The successful awardee agrees in accordance with the terms and conditions stated herein, to furnish Radiopharmaceuticals in accordance with Local, State, and Federal Regulations. The successful awardee shall be able to provide all of the items listed in the Schedule of Supplies with deliveries when required. Multiple awards will not be made. B. BACKGROUND The Wilkes-Barre VA Medical Center in Wilkes-Barre is responsible for providing high quality and timely commodities and services for our Veterans. The Department of Veterans Affairs (VA) has been directed to preferentially procure medical radioisotopes from non-High Enriched Uranium (HEU) sources. The Department of Veterans Affairs (VA) is also directed to ensure that the best possible medical supplies are procured timely and in accordance with proper regulations with vendors that are licensed and monitored according to Local, State, and Federal Regulations. Under the Atomic Energy Act, the United States Nuclear Regulatory Commission (NRC) is responsible for regulating uses of radioactive material including radio pharmaceuticals. The NRC requires all nuclear medicine facilities to be licensed. The license assures that the facility has a radiation protection program to protect both the patients and the staff. In addition, the staff must meet certain standards of training and experience before they are allowed to administer radioactive material to patients. Each state has one or more radiation programs that ensure safe use of radioactive materials. The NRC has transferred regulatory authority over the use of this material to 35 NRC Agreement States. In these states, the regulatory authority inspects the facility to ensure the staff is trained properly and the equipment is operating safely. FDA s Center for Drug Evaluation and Research regulates the radio pharmaceuticals, ensuring effectiveness and patient safety. The mission of the National Institute of Standards and Technology (NIST) is to develop and promote measurement, standards, and technology to enhance productivity, facilitate trade, and improve the quality of life. C. STATEMENT OF WORK 1. Contractor agrees to provide all needed radiopharmaceuticals as identified in the Schedule of Supplies and Prices to the Wilkes-Barre VA Medical Center in Wilkes-Barre, PA, on a daily and or as needed basis in accordance with this Statement of Work. Because of the critical need for these supplies in a timely manner, only contractors that can deliver in less than 15 minutes to the Wilkes-Barre VA Medical Center in Wilkes-Barre, PA need to respond to this Solicitation. Contractor shall be licensed by the State of Pennsylvania. Additionally, the Contractor shall be licensed by the Nuclear Regulatory Commission or another agreement state besides Delaware and be regularly established in the business of providing radionuclides. Contractor shall provide copies of these licenses and certifications to the Contracting Officer with their proposal. Contractor shall provide evidence of delivery in less than 15 minutes with this Solicitation. Please identify the location of the point of shipment to the address listed on this Solicitation. Verification will be completed via www.mapquest.com. 2. Deliveries will incorporate sufficient lead or other high-density metal shielding to comply with all applicable Federal and or State standards relating to shipment of radioactive materials. Shipping containers must comply with all Federal and State regulations. This will include FDA, DOT, DOE, USNRC, and ICC regulations and standards. Documentation of US DOT package integrity testing shall also be provided. 3. Items must be adequately packaged to prevent damage during handling and storage. All packaging and labeling must meet all Federal and State regulations. All packaging of radioactive material must be clearly labeled RADIOACTIVE on the outside of the carton in which it is shipped. 4. Contractor shall label all products delivered as to the Wilkes-Barre VA Medical Center in Wilkes-Barre, PA with the radiopharmaceutical, activity, time of preparation, and expiration time and date. 5. Contractor shall hold a current unrevoked NRC and or agreement state radioactive materials license, which in addition to other license conditions, would allow for the receipt and disposal of radioactive material and an FDA license to produce and distribute radiopharmaceuticals for human administration. Contractor shall provide a copy of their radioactive material license with their proposal. Contractor shall immediately notify the Contracting Officer (CO) and Contracting Officer Representative (COR), upon any action by the NRC or an agreement state and or FDA to suspend or modify the radioactive materials license. Contractor shall provide radiopharmaceuticals which have been prepared according to manufacturer s package inserts and applicable FDA requirements. Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. 6. Contractor will provide with their proposal, the following information: a. Contractor s regular work hours. b. Contractor s telephone number for call-in orders during regular work hours. c. Contractor s telephone number and instructions for placing emergency orders after contractor s regular work hours to include weekends. d. Contractor s telephone number for expert advice concerning awarded products. e. Contractor will furnish a statement that any radiopharmaceuticals delivered as ready-to- use (individual doses in syringes or vials for single or multiple uses) will have quality control performed by the Contractor, so that the delivered product will comply with the requirements of the Joint Commission (JC) and or with the United States Pharmacopeia. f. Should any changes occur in the above information during the contract period of performance, contractor will immediately provide updates in writing. 7. Current package inserts of all radiopharmaceuticals supplied under the awarded contract will be shipped to the Nuclear Medicine Service at the inception of the contract. If any new or updated additions to the package inserts are made available, these will be sent to the COR Wilkes-Barre VA Medical Center in Wikes-Barre, PA Nuclear Medicine Service. 8. Contractor shall make quality control records available to the COR upon written request from the CO or COR. 9. Contractor shall test all products for quality control. Periodically, this testing shall be performed at no cost to the Government. The contractor shall provide a detailed description of the test upon request. 10. Calibration time for each requested radiopharmaceutical is given in the Schedule of Supplies, or if not so indicated, then it will be spelled out in the requirements provided by the Nuclear Medicine Service, otherwise it will correspond to the actual time of delivery. 11. If an ordered dosage of radioactive material is given to Contractor such that it is to fall within a specified range, then the quantity of radioactivity must be within the dose range provided. If dose is not given in a range, then the quantity of radioactivity for supplied radiopharmaceuticals will not deviate more than ±20%. 12. Technetium product radiopharmaceuticals not used will be returned for credit the next work day (including the bulk doses), using the DOT regulations. Credit will be reflected in the current month s invoice. 13. Contractor shall replace any items delivered damaged or in error at no cost to the Government. COR shall define the replacement date and time. Replacements may be required immediately or within a specified time in accordance with the needs of the patient. 14. The expiration date and time shall be indicated and affixed to each product as noted below; in general: a. Ready-to-use doses: not shorter than six (6) hours. b. Tc-99m Pertechnetate: Not shorter than twelve (12) hours. c. Kits intended for reconstitution by user: Not shorter than three (3) months from date of delivery. d. Unused kits having expiration time not less than two (2) weeks will be exchanged by the Contractor at no additional charge for a comparable kit having the three (3) months life span. 15. In the event that a quality control or material defect is suspected or detected by the COR, the Contractor will be required to provide any consultation necessary to alleviate any said suspicion or defect by the following: a. Provide technical expertise in calibration; b. Provide professional examination of product; submit results and recommendations to the COR; c. Make expedient replacement of any product suspected of being deficient. 16. Procedure for labeling of patient's White Blood Cells (WBC) with Indium-111 Oxine or Tc- Ceretec for re-injecting to the same patient: a. Telephone requests to the Contractor to arrange for the procedure will take place no later than 2:00 PM for the next workday procedure. b. Furnishing of the syringe to the Nuclear Medicine Service and pick up of patient's blood specimen for labeling by the Contractor will be at 7:30 AM or later, if so specified by the COR. c. The return by the Contractor, of the patient's Indium labeled White Blood Cells will take place not later than within 5 (five) hours from the time of specimen pick up time. d. Pertinent documentation confirming that the identification of the labeled blood specimen matches with the blood specimen of the patient's blood specimen submitted for labeling procedure. 17. Contractor shall pick up Radiopharmaceuticals (used or unused) for proper disposal at no cost to the Government. 18. Contractor shall produce radiopharmaceuticals as described in the Schedule of Supplies. D. Deliverables and Acceptance Criteria 1. Contractor shall provide services and staff, and otherwise do all things necessary for or incidental to the Statement of Work, as set forth below: a. Provide up to two deliveries per day during regular operating hours to the Wilkes-Barre VA Medical Center in Wilkes-Barre, PA at 7:30am and 9:30am at no additional charge followed by a third delivery if necessary. The fourth delivery of the day will be considered an emergency. b. Orders can be placed orally by telephone or fax transmission by ordering officers provided by the Contracting Officer Representative. c. Deliver directly to the Nuclear Medicine Service Wilkes-Barre VA Medical Center in Wikes-Barre, PA quantity of radiopharmaceutical requested on an as needed or emergent basis to arrive in less than 15 minutes after notification. 2. If Monday is a federal holiday, no deliveries will be expected. Holidays are listed under section E. 3. Record tracking: Contractor will provide an electronic Nuclear Medicine Information System (NMIS) and all relevant upgrades/repairs available to the Nuclear Medicine department for patient dose record tracking. Daily dose administration reports generated by the NMIS will be returned to Contractor. E. VA OPERATING HOURS The delivery of products provided by the respective awarded contract shall be furnished by the Contractor in accordance with section 3.0 Deliverables and Acceptance Criteria. The Contractor shall not be required, except in case of an emergency, to furnish such products on a national holiday or during non-working hours as described below with the exception of normal next day delivery as described in (1) above and below. The following terms have the following meanings: Normal Operating hours of Nuclear Medicine: Monday through Friday, 7:30 AM to 4:30 PM. Deliveries shall be accomplished by 7:30 AM and on an as needed basis during normal operating hours. National Holidays: The ten holidays observed by the Federal Government are: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving, Christmas, and any other day specifically declared by the President of the United States to be a national holiday F. CONTRACT AWARD Upon Contract Award (within 5 (five) business days) Awarded Contractor shall provide: 1. A copy of their laboratory s current quality control manual to the COR. 2. A dedicated inside sales representative to aide in facilitation in the smooth coordination between the Nuclear Medicine Department and the Contractor s Laboratory Pharmacy. 3. Material safety data sheets and updates on all delivered products as per the awarded contract and any additions throughout the life of the awarded contract. 4. Patient orientation education video presentations and other appropriate material at no additional cost to the Government. 5. Contractor shall provide signs and posters alerting patients, employees and the public, of safety precautions in handling of radioactive materials. 6. This is a FFP firm fixed priced, ID/IQ indefinite delivery/indefinite quantity contract. It will be a total set aside. Contract will be awarded to the best price, technically acceptable. G. QUALITY REQUIREMENTS Contractor shall guarantee the quality of the radiopharmaceutical. Quality Control shall include pH testing, percent tag, alumina, and 99Mo breakthrough as appropriate. Quality Control shall be performed on each agent dispensed. Complete documentation of quality control results shall be provided upon request. All radiopharmaceuticals shall be calibrated and labeled with concentration, time, total volume, and total activity. Consultation service regarding radiopharmaceutical applications, problems, controls, etc. shall be provided upon request at no charge. On an annual basis, the Contractor shall provide documentation demonstrating compliance with applicable agreement state or NRC license requirements to the COR. H. PERSONNEL POLICY 1. The Contractor is responsible for all costs, including personnel costs, associated with this respective awarded contract unless otherwise specified. 2. Qualifications - Personnel assigned by the Contractor to prepare and provide the products covered within this Statement of Work shall be Nuclear Pharmacists, or a Licensed Technologist working under the supervision of a Nuclear Pharmacist licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. I. SPECIAL CONTRACT REQUIREMENTS: HHS/OIG To ensure that the individuals providing services under the respective awarded contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the Contractor is required to check the Health and Human Services - Office of Inspector General (HHS/OIG), List of Excluded Individuals/Entities on the OIG Website (www.hhs.gov/oig) for each person providing services under this contract. The listed parties and entities may not receive Federal Health Care program payments due to fraud or abuse of the Medicare and Medicaid programs. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals and Entities. Any healthcare provider or entity that employ or enter into contracts with excluded individuals or entities may have a Civil Monetary Penalty (CMP) imposed against them. By signing their proposal, the Contractor certifies that all persons or entities listed in the Contractor s proposal have been compared against the OIG list and are NOT listed as of the date their proposal was signed. J. CONTRACTOR STAFF ROLES AND RESPONSIBILITIES Must be in compliance with all NRC, USP, US FDA, state, local and JC guidelines. The Contractor shall be in compliance with USP 797 guidelines. K. CONTRACTOR PERFORMANCE ASSESSMENTS Assessments: The Government will do assessments of the Contractor s performance. The Contractor shall have an opportunity to respond to said assessments. Record: The Government will keep completed assessments to serve as past performance data. Past performance data will be available to assist agencies in the selection of radio-pharmacy Contractors for future requirements. L. DESIGNATION OF CONTRACT OFFICER REPRESENTATION The Contracting Officer Representative (COR) will be designated in writing. The COR will be furnishing technical guidance and advice regarding the radiopharmaceuticals being provided under the respective awarded contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the respective awarded contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. M. CONTRACTOR RECALL AND SAFETY PLAN AND PROCESS NOTIFICATION TO FACILITY The Contractor shall take immediate action to notify the COR whenever a product, piece of equipment,or item is recalled or considered dangerous, hazardous or unsafe in order to remove such products, equipment or items from use. This notification process also applies to safety alerts. The Contractor recall and safety notification plan and process is necessary so that proper notification to individuals who have received or individuals who may utilize such products, equipment, or items can be made in as expedient and efficient manner as possible. The Contractor shall provide to the COR their plan for this safety notification process and also maintain a record system in order to document any safety incident issues by their date, time, and description of the recall or safety alert issue provided to the COR. N. HIPAA COMPLIANCE The Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs. O. AVAILABILITY OF FUNDS DURING A CONTINUING RESOLUTION At the beginning of each new fiscal year (1 October) the Federal Government or parts thereof may be operating under a Continuing Resolution (CR) and only be funded for a limited period of time rather than for the entire fiscal year. If at any time funds for this contract are provided under a CR, funds will only be available for performance under this respective awarded contract up to and including the expiration date of the CR, and any extension thereof. The Government's obligation for performance of this respective awarded contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this respective awarded contract beyond the expiration date of the CR, and any extension thereof, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability. P. REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS) As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs evaluates Contractor past performance on all contracts that exceed the thresholds outlined in FAR Part 42.15, and shares those evaluations with other Federal Government Contracting Specialists and Procurement Officials through the Past Performance Information Retrieval System (PPIRS). The FAR requires that the Contractor be provided an opportunity to comment on past performance evaluations prior to the posting of each report. To fulfill this requirement, the Department of Veterans Affairs uses an online database, the Contractor Performance Assessment Reporting System (CPARS). The CPARS database information is uploaded to the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. Each Contractor whose contract award is estimated to exceed the thresholds outlined in FAR Part 42.15 is required to provide to the Contracting Officer contact information for the contractor s representative with their response to this solicitation. The Contractor is responsible to notify the Contracting Officer of any change to the Contractor s representative during the contract performance period. The Contractor s representative contact information consists of their name, telephone number, and email address. The Government will register the contract within thirty days after contract award. For contracts with a period of one year or less, the Contracting Officer will perform a single evaluation when the contract is completed. For contracts exceeding one year, the Contracting Officer will evaluate the contractor s performance annually. Intermediate reports will be filed each year until the last year of the contract, when the final report will be completed. Each report shall be forwarded in CPARS to the contractor s designated representative for comment. The Contractor s representative will have thirty days to submit any comments and return the report to the Department Of Veterans Affairs Contracting Officer. Failure by the Contractor to respond within those thirty days will result in the Government s evaluation being placed on file in PPIRS without Contractor s comments. Q. PROHIBITION (WORKING OUTSIDE OF US) The entire performance of the respective awarded contract shall be within the borders of the United States of America. The Contractor shall not access any Department of Veterans Affairs data or information (for example, by remote computer access) from locations that are outside the above- stated borders. Furthermore, the Contractor shall not send, transfer, mail or otherwise transmit any Department Of Veterans Affairs data or information to locations outside the above-stated borders. R. CONTRACT TERM This Indefinite Delivery/ Indefinite Requirements Contract shall be for one (1) base year plus four (4) option years. The base year of period of performance is from October 1, 2017 through September 30, 2018. Option year one (1) period of performance is from October 1, 2018 through September 30, 2019. Option year two (2) period of performance is from October 1, 2019 through September 30, 2020, Option year three (3) period of performance October 1, 2020 through September 30, 2021. Option year four (4) October 1, 2021 through September 30, 2022. S. INSTRUCTION TO OFFERORS The Offeror must be registered with Sam.Gov to qualify for award of this contract. The Offeror s proposal shall address each of the factors listed in this solicitation. If an Offeror fails to address any of the requirements listed here in this solicitation their proposal will be considered unacceptable and they shall receive no further consideration for award of the contract under this solicitation. During evaluations of each proposal, the Government will assess each area of the Technical Quote to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical quote based on the evaluation criteria described in the Evaluation Section below, as well as those requirements listed in the SOW. The Government will infer from the offeror s responses to these specified evaluation criteria the offeror s capability to perform to the requirements of the entire SOW. Radiopharmaceutical Listing The below radiopharmaceutical products are needed to meet the agency s need, however request for radiopharmaceuticals is not limited to this list. Estimated quantities below are for a period of twelve months.       quant   Product Description Strength/size Packaging 80 Albumin Aggregated (MAA) Tc-99m HEU 7 mCi Unit Dose 1 Albumin Aggregated (MAA) Tc-99m HEU, Bulk 60 mCi MD Vial 1 Bicisate (Neurolite) Tc-99m HEU 30 mCi Unit Dose 1 Disofenin (Hepatolite) Tc-99m 10 mCi Unit Dose 1 Exametazime (Ceretec) Brain Tc-99m HEU 30 mCi Unit Dose 4 Exametazime (Ceretec) WBC Tc-99m HEU 30 mCi Unit Dose 53 Mebrofenin (Generic) Tc-99m HEU 10 mCi Unit Dose 1 Medronate (MDP) Tc-99m HEU 25 mCi Unit Dose 12 Mertiatide (MAG-3) Tc-99m HEU, UD 10 mCi Unit Dose 192 Oxidronate (HDP) Tc-99m HEU 25 mCi Unit Dose 1 Pentetate (DTPA) Tc-99m HEU 25 mCi Unit Dose 1 Pentetate (DTPA) Tc-99m HEU, Bulk 200 mCi MD Vial 1 Pyrophosphate (PYP) Tc-99m 25 mCi Unit Dose 3188 Sestamibi (Generic) Tc-99m HEU 30 mCi Unit Dose 5 Sodium Pertechnetate Tc-99m HEU, FLOOD 0-1 mCi Unit Dose 340 Sodium Pertechnetate Tc-99m HEU 0-25 mCi Unit Dose 5 Sodium Pertechnetate Tc-99m HEU 26-50 mCi Unit Dose 5 Sodium Pertechnetate Tc-99m HEU, Flood/COR 2 mCi Unit Dose 1 Succimer (DMSA) Tc-99m HEU 5 mCi Unit Dose 2 Sulfur Colloid Filtered Tc-99m HEU, Filtered Lymphoscintigraphy 8 mCi Unit Dose 1 Sulfur Colloid Tc-99m HEU, Bulk 300 mCi MD Vial 35 Sulfur Colloid Tc-99m HEU, Egg for Gastric Empty 8 mCi Unit Dose 2 Sulfur Colloid Tc-99m HEU, Lympho UNF UD 8 mCi Unit Dose 2 Sulfur Colloid Tc-99m HEU, UD 8 mCi Unit Dose 16 Ga-67, Gallium Citrate 1 mCi Per mCi 1 I-123 Iobenguane Injection (AdreView) 10 mCi Unit Dose 10 I-123, Sodium Iodide Capsule 100 uCi Capsule 80 I-123, Sodium Iodide Capsule 200 uCi Capsule 1 I-125 Glofil (Iothalamate) UD 1 each Unit Dose 1 In-111 Capromab Pendetide (ProstaScint) 5 Mci Unit Dose 1 In-111 Indium Chloride 1each Vial 1 In-111 Pentetate (DTPA) 0-1 mCi Unit Dose 6 In-111 Pentetreotide (Octreoscan) 1 each Unit Dose 1 In-111 Pentetreotide (Octreoscan), 3 mCi 1 each Vial 2 In-111 White Blood Cells 1 each Procedure 1 ProstaScint Cold Kit 1 each Each 25 Tl-201 Thallous Chloride 1 mCi Per mCi 25 Tl-201 Thallous Chloride 2.8 MC 1 each Vial 25 Tl-201 Thallous Chloride 5.6 MC 1 each Vial 1 Tl-201 Thallous Chloride, Flood 0-1 mCi Per mCi 1 Y-90 Microspheres (SIR-Spheres) 1 each Procedure 15 I-131 Sodium Iodide Capsule, 1st mCi 1 mCi Capsule 250 I-131 Sodium Iodide Capsule, each addt'l mCi 1 mCi Per mCi 15 I-131 Sodium Iodide Custom Capsule, 1st mCi 1 mCi Capsule 25 I-131 Sodium Iodide Custom Capsule, each addt'l mCi 1 mCi Per mCi 15 I-131 Sodium Iodide Diagnostic Capsule 1 each Each 130 Xe-133 Xenon Gas 10 mCi Vial 10 mCi Vial 130 Xe-133 Xenon Gas 20 mCi Vial 20 mCi Vial 4 ACD Solution A 1 each Vial 5 Albumin Aggregated (MAA) 1 each Vial 4 Blood Collection Kit 1 each Each 1 Disofenin (Hepatolite) Vial 1 each Vial 5 HDP Technescan Vial 1 each Vial 300 Heparin Sodium 1000units/1mL vial 1 each Vial 5 Hetastarch 6% 1 each Unit Dose 5 Mebrofenin (Generic) HEU 1 each Vial 5 Mertiatide (MAG-3) Vial 1 each Vial 1 Mertiatide (MAG-3), 5 Vial Kit 1 each Vial 2 Pentetate (DTPA), 30 Vial 1 each Kit 2 Pentetate (DTPA), 5 Vial 1 each Kit 10 Pyrophosphate (PYP) 1 each Vial 1 Pyrophosphate (PYP) Injection 1 each Vial 1 Sestamibi Vial 1 each Vial 30 Sincalide for Injection-Vial (Kinevac) 1 each Vial 1 Sr-89 Metastron 1 each Unit Dose 1 Succimer (DMSA) Vial 1 each Vial 1 Sulfur Colloid Vial 1 each Vial 60 Ultratag RBC (Each) 1 each Vial 10 Ultratag RBC Kit (5 Pack) 1 each Kit 2 Sulfur Colloid Filtered Tc-99m HEU, Filtered Lymphoscintigraphy 8 mCi Unit Dose 5 Hespan Unit Dose 12 BioDose/NMIS Monthly Support - Per Month Per System Per month 52.212-2 EVALUATION COMMERCIAL ITEMS (October 2014) 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 Approach and Capability, Past Performance, and Price. Factor I - Technical Approach and Capability Subfactor 1: Vendor must include a copy of their Nuclear Pharmacy License company must own it not another company. Subfactor 2: Vendor must show ability to deliver products Monday through Friday by 7:30 AM. Vendor must provide a MapQuest illustration showing their ability to deliver. Subfactor 3: Vendor must provide an emergency plan procedure for deliveries in inclement weather. Factor II Past Performance The Offeror shall provide a minimum of three (3) references of current contracts within the past three (3) years of similar size, scope, and or complexity. References may include Federal, State, and Local Government as well as private customers and shall include the following information: Name and address of the Contracting Activity (Medical Center or Company). Names, email addresses, and telephone numbers of two points of contact (Contracting Officer and Customer) that would have firsthand knowledge on the performance of the contract. Contract type, scope of work, and contract total dollar value. Contract number to include the beginning date and ending date of the contract period of performance. The past performance evaluation factor will assess the relevance and breadth of the offeror s experience and the quality of the offeror s past performance. The Government is seeking to determine whether the offeror has experience that will enhance its technical capability to perform and whether the offeror consistently delivers quality services in a timely and cost effective manner. In evaluating past performance, the Government will only take into consideration the relevant experience from the offeror s customers. Information obtained from the offerors through the PPIRS database and any other sources deemed appropriate will be used by the Government in conducting past performance evaluations. The Government will analyze the historical facts of the offerors past performance made by its customers, and make qualitative judgements about the facts and observations. Offeror s may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall determine the relevance of similar past performance information. In accordance with FAR 15.305(a)(2)(iv) offeror s with no relevant performance history shall not be evaluated favorably or unfavorably on past performance. Factor III Price In accordance with FAR 17.206 price will be evaluated for the entire contract period, including the base year and both option years. Price evaluation will be undertaken in accordance with FAR 12.209. All evaluation factors except price shall be evaluated as either acceptable or unacceptable. Your proposal must meet all the requirements identified in the SOW. If your proposal does not meet all of the SOW requirements it will be evaluated as unacceptable and will receive no further consideration for award. If your proposal does not provide pricing for all of the Schedule of Supplies it will be evaluated as unacceptable and will receive no further consideration for award. Price is the most important evaluation factor, followed by technical approach and capability, and then past performance. At a minimum, proposals must include the following: 1. Offerors must return provision 52.212-3 with their quote. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at sam.gov. 2. Company name, phone number, and fax number. 3. Company point of contact name, email address, and phone number. 4. Company Mailing address and Remit to address, if different than mailing address. 5. Acknowledgment of Solicitation Amendment(s) if applicable. 6. Offeror's Federal Tax ID Number. 7. Offeror's DUNS number. 8. Offeror s Business Size. 9. Offeror must provide copies of all required licenses and certifications as identified in the SOW. 10. A detailed statement regarding the offeror s emergency plan for providing deliveries during periods of inclement weather. 11. MapQuest illustration demonstrating that the offeror can make all deliveries within two (2) hours. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and the Wilkes-Barre VA Nuclear Medicine Department anticipates entering into a contract for radiopharmaceuticals. The solicitation number is (KO will fill in) and the solicitation is issued as a request for quotation (RFQ). This combined synopsis solicitation will result in the award of an IDIQ contract along with the corresponding purchase order. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. North American Industry Classification System (NAICS) code is 325412 (size standard of 1250 employees) applies to this solicitation. This requirement consists of supplying radiopharmaceuticals. The period of performance is October 1, 2017 through September 30, 2018. Option year one (1) period of performance is from October 1, 2018 through September 30, 2019. Option year two (2) period of performance is from October 1, 2019 through September 30, 2020, Option year three (3) period of performance October 1, 2020 through September 30, 2021. Option year four (4) October 1, 2021 through September 30, 2022.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1790/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-Q-1790 VA244-17-Q-1790_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789276&FileName=VA244-17-Q-1790-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789276&FileName=VA244-17-Q-1790-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04673153-W 20170914/170912232127-362581a9ef31c7efda797940f6c7600f (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.