Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
DOCUMENT

65 -- Source Sought Notice for VAMC Lexington Radiopharmaceutical - Attachment

Notice Date
2/12/2018
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9370
 
Response Due
2/27/2018
 
Archive Date
4/28/2018
 
Point of Contact
Lori L Ellis
 
E-Mail Address
llis2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of the Lexington VA Medical Center is conducting market research through this sources sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 325412 and sized standard is 1,250 employees. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project requirements: Contractor must be able to provide emergency orders placed during regular work hours (M-F 6:00 am to 4:00pm) within 45 minutes after receipt of phoned or faxed orders from the VAMC Lexington, KY. DELIVERY/SCOPE: Quantities expressed in the schedule are estimates based on historical usage for one year. However, quantities and types of radiopharmaceuticals may vary based on patient demand. All radiopharmaceuticals and pharmaceuticals or kits are to be furnished by the Contractor in strict accordance with the terms and conditions of the contract and all applicable local, State and Federal laws. Contractor/supplier shall abide by (CFR 10) Title Code of Federal Regulations, which states: A Licensee may use for medical use only: By-product material manufactured, labeled, packaged and distributed in accordance with a license issued pursuant to the regulations in Tile 10, Code of Federal Regulations, Part 35 and the equivalent regulations of an Agreement State. Reagent kits that have been manufactured labeled, packed and distributed in accordance with the approval by the Commission pursuant to S32.73 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use. All radiopharmaceutical items, possibly including some not listed, shall be ordered as needed by the Nuclear Medicine staff and delivered with daily routine deliveries. If the ordered radiopharmaceutical is not available and cannot be delivered to the VA when needed, the contractor will notify the VA Nuclear Medicine Department and obtain the needed doses from another source, including another Radiopharmacy, to be delivered as near the requested time to provide timely care to the Veteran patients. The Contractor may only substitute another radiopharmaceutical for the requested one with VA Nuclear Medicine approval. When this is done, the VA will pay for the lower priced radiopharmaceutical. No delivery charge shall be made for additional deliveries up to 5 per day during normal working hours 6:00 am-4:00 pm. The Contractor shall deliver all radiopharmaceuticals with NO added fuel surcharge. Requests for emergency doses during regular work hours (M-F 6:00 am- 4:00 pm) shall be delivered within 45 minutes of placing the order. Emergency and priority studies consist of 20%-30% of the daily schedule. The first daily delivery shall be made to Nuclear Medicine (Room A-152a) by 6:30a.m. unless prior authorization arrangements have been made. Delivery shall be made directly to a Nuclear Medicine Technologist on duty. Deliveries made before staff arrives shall be made by contacting the Veterans Medical Center Police Department to unlock the Nuclear Medicine Department Night Entry (Room a-152) for placement of the packages. Subsequent deliveries will likewise be made as needed as described above. Delivery personnel shall be bonded by the Contractor. Contractor shall provide evidence of special driver s licenses required for transporting hazardous materials. Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, FDA, OSHA, and all other State and Federal rules and regulations. Contractor must provide waste disposal at no additional charge of used radioactive dose syringes, vials, i.e. All waste shall be picked up with the next delivery. All radiopharmaceuticals shall be delivered in proper shielded containers with disposal impenetrable biohazard liners. Shipping containers and their labeling must comply with all federal and state regulations. All unit dose radiopharmaceuticals delivered must have a bar code for scanning into a dose tracking system. Any recalled / incorrectly delivered dose for any reason shall be credited for the full amount. It is the offerors responsibility to provide the VA with recall notices on any product that has been delivered to the VA that may be defected. Notification shall be made to the Contracting Officer Representative via the most expedient method. Incorrectly delivered doses shall not exceed one per month. Any doses deemed below standard by the facility shall be credited toward the account and shall not exceed one per quarter, i.e. 4 per year. Weekend delivery (Saturday/Sunday) and all observed Federal Holliday deliveries shall be made by contacting the Veterans Medical Center Police Department to unlock the Nuclear Medicine Department Night Entry (Room A-152) for placement of the packages. New Year s Day Martin Luther King s Birthday Presidents Day Memorial Day Independence Day Columbus Day Veterans Day Thanksgiving Christmas Day Any other day declared a Federal Holiday by the US President. Emergency call back fees shall not be charged for regular work hours (M-F 6:00 am-4:00 pm) on days not observed as a holiday by the VA, i.e. Christmas Eve, Good Friday, etc. Contractor shall provide a quarterly linearity source. The activity requested can range from 25 to 400 mCi. Contractor shall provide leukocyte and platelet labeling services as a same day service. Contractor shall provide 24 hour on-call service for emergency procedures Contractor shall provide any additional technical support deemed necessary for the technical staff, physicians, patient education, etc. The majority if not all technetium products must be compounded using Non- HEU generators whenever possible. radiopharmaceuticals shall be calibrated and labeled with concentration, calibration time, total volume, total activity and expiration time and date. All technetium products shall be tested for molybdenum contamination and the amount of molybdenum present shall be tested. The Radiopharmacy shall be USP compliant for sterile compounding and shall provide a statement to this effect. Product information including suppliers source of radiopharmaceuticals, package inserts, results of quality control testing performed by supplier and copies of supplier s license and procedures shall be provided upon request at no additional charge. Consultation services regarding radiopharmaceutical applications, problems, controls, etc., shall be provided upon request at no charge. PERSONNELL AUTHORIZED TO PLACE ORDERS: The following personnel are authorized to telephone and or fax radiopharmaceutical orders: Supervisory Nuclear Medicine Technologist Nuclear Medicine / PET Technologist Other Lexington VA Medical Staff as designated INVOICING: Contracting Officer Representative (COR) shall be provided with a copy of the invoice at the end of each month for approval before submission to the Contract Radiopharmacy s Business Center for processing. Said invoices will be reviewed by the COR for accuracy and any discrepancies corrected and a new invoice sent before invoice is finalized. Contractor shall be paid monthly, in arrears, upon a submission of a properly prepared invoice for services / supplies during the period. All invoices will include the contact number, date of services, and an itemized listing of charges. Invoices shall be submitted electronically to: kelly.gross@va.gov. PERFORMANCE / QUALITY: Incorrectly delivered doses shall not exceed one per month. Any doses deemed below standard by the facility shall be credited toward the account and shall not exceed one per quarter, i.e. 4 per year. It is the offerors responsibility to provide the VA with recall notices on any product that has been delivered to the VA that may be defective. Notification shall be made to the Contracting Officer Representative via the most expedient method. All technetium products shall be tested for molybdenum contamination and the amount of molybdenum present shall be stated. Contractor shall provide complete documentation of quality control results upon request. Product information including suppliers source of radiopharmaceuticals, package inserts, results of quality control testing performed by supplier and copies of supplier s license and procedures shall be provided at no additional charge. Offeror will perform quality control on each agent dispensed. Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies. Only those products that pass quality control may be sent to the VA Nuclear Medicine Service. The supplier will demonstrate documentation of quality control performance of any item upon request of the VA Nuclear Medicine Service. All products are purchased subject to acceptance by the VA Nuclear Medicine Service. 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 Medicines quality control when they are received, or later if deterioration of the product occurs before the4 expiration date. The VA will not be financially liable for unacceptable materials. QUALIFICATIONS: Personnel assigned by the contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. The qualifications of such personnel shall also be subject to review by the VA Chief of Staff and approval by VA Facility Director. PERSONNEL POLICY: The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for those personnel: workers compensation professional liability insurance, health examinations, income tax withholding and Social Security payments. Such personnel shall not be considered VA employees for any purpose and shall be considered employees of the contractor. EVALUATION METHODOLOGY: The Government intends to award this contract based on the lowest price technically acceptable. The Government intends to award one Firm Fixed Price requirement contract to the responsible Offeror summiting proposals that are determined to be lowest price technically acceptable. Lowest Price, Technically Acceptable (LPTA) means that the award will be made to the Offeror whose price is lowest among all proposals that were deemed to be technically acceptable. Technically acceptable will be measured minimally by: The Offerors ability to meet desired turnaround times as stated in the Statement of Work. Past performance references. The solicitation specifies the technical requirements that the VAMC has established above in the detailed Statement of Work (SOW) the award will be made based on the lowest aggregate price of proposals meeting or exceeding the acceptable standards for non-cost factors in accordance with FAR 15.101-2(b)(1). The Government intends to award this contract on a base of 12 months and four consecutive twelve-month option years. RADIOPHARMACEUTICAL EST QTY UNIT (PER DOSE, PER MCI) UNIT COST TOTAL COST Tc-MYOVIEW TETROFOSMIN 1535     Tc-MEDRONATE-MDP 250     Tc-MACRO AGGR ALB-MAA 35     Tc-SULFUR COLLOID 61     Tc-SULFUR COLLOID (filtered) 30     Tc-MEBROFENIN 65     Tc-PENTETATE-DTPA 5     TCO4 PERTECHNETATE 86     Tc-EXAMETAZIME 2     I-131 UPTAKE CAP 21 I-131 5 mCi DIAGNOSTIC CAP 44     I-131 each additional mCi 1200 Tc-MIBI 45     111In-WBC +Kit including labeling 2     cold PYP VIAL 6     201Tl per mCi 16     67Ga per mCi 3     111In-OCTREOSCAN 2     CALIBRATOR LINEARITY TcO4(400)mCi 4     I-123 MIBG (Iobenguane) 1     133Xe GAS (10 mCi) 3     Tc-MAG3 16     18F-FDG-estimated use 460     UNIT DOSE MANAGEMENT SYSTEM 1 EMERG. CALL OUT AFTER HOURS 2 Anticipated period of performance: 10/01/2018 thru 09/30/2023. Other important considerations: Contractor must be able to provide emergency orders placed during regular work hours (M-F 6:00 am to 4:00pm) within 45 minutes after receipt of phoned or faxed orders from the VAMC Lexington, KY. Capability statement /information sought: Response to this announcement shall not to exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Lori.Ellis2@va.gov or fax to (615) 849-3769) with the subject line "Sources Sought Notice # 36C24918Q9370 by 10:00 a.m. CST on 2/27/2018. Any question should be emailed to Lori.Ellis2@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9370/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9370 36C24918Q9370.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4080080&FileName=36C24918Q9370-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4080080&FileName=36C24918Q9370-000.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: VA Medical Center Lexington;1101 Veterans Drive;Lexington, KY
Zip Code: 40502-2236
 
Record
SN04819832-W 20180214/180212231343-9e4ec3d8d65c54f655a859b1f01951e4 (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.