Federal Bid

Last Updated on 05 Jan 2016 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

65--RADIOPHARMACEUTICALS

Solicitation ID VA52815Q0387
Posted Date 14 Sep 2015 at 11 AM
Archive Date 05 Jan 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 242-Network Contract Office 02 (36c242)
Agency Department Of Veterans Affairs
Location United states
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: VA528-15-Q-0387 Posted Date: 09/14/2015 Current Response Date: 09/21/2015 NAICS Code: 325412 Contracting Office Address VISN 2 NCO (2-90) Department of Veterans Affairs 1304 Buckley Road, Suite C104 Syracuse, NY 13212 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 005-84/09-03-2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 325412, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500 employees. The Syracuse VA Medical Center is seeking to purchase radiopharmaceuticals. All interested companies shall provide quotes for the following: Supplies Base Year (December, 1 2015 through November, 30 2016) CLIN Radiopharmaceutical Unit of Measure Quantity SIZE PRICE FOR EACH mCi or Bulk TOTAL PRICE Number of Minutes Needed to Prepare Product at Radiopharmacy NDC OF OFFERED PRODUCT 1 Tc99m Myoview Unit dose 200 10mCi 2 Tc99mMyoview Unit dose 100 20mCi 3 Tc99m Myoview Unit dose 100 28mCi 4 Tc99m Myoview Unit dose 200 30mCi 5 Tc99m Ceretec (brain imaging) Unit dose 3 20mCi 6 Tc99m HMPAO WBC Unit dose 10 20mCi 7 Tc99m DTPA Unit dose 50 30mCi 8 Tc99m Hepatolite Unit dose 50 7mCi 9 Tc99m MAA Unit dose 50 10mCi 10 Tc99m MAG3 Unit dose 49 10mCi 11 Tc99m MDP Unit dose 300 25mCi 12 Tc99m Neurolite Unit dose 25mCi 13 Tc99m Sulfur Colloid Unit dose 25 1mCi 14 Tc99m Sulfur Colloid Unit dose 3 7mCi 15 Tc99m Sulfur colloid filtered Unit dose 5 1mCi 16 Tc99m Choletec Unit dose 25 10mCi 17 Tc99m (pertechnetate) Unit dose 20 5mCi 18 Tc99m (pertechnetate) Unit dose 9 10mCi 19 Tc99m (pertechnetate) Unit dose 10 28mCi 20 Tc99m (pertechnetate) Unit dose 10 30mCi 21 Tc99m (pertechnetate) Bulk 224 300mCi - bulk 22 Tl-201 Unit dose 10 4mCi 23 *I-131 NaI caps(therapeutic) capsule 60mCi 24 *I-131 NaI caps (therapeutic) capsule 3 100mCi 25 *I-131 NaI caps (therapeutic) capsule 1 125mCi 26 *I-131 NaI caps (therapeutic) capsule 1 150mCi 27 *I-131 NaI caps (therapeutic) capsule 175mCi 28 *I-131 NaI caps (therapeutic) capsule 1 200mCi 29 *I-131 NaI caps (diagnostic) capsule 2 2mCi 30 *I-131 NaI caps (diagnostic) capsule 2 3mCi 31 *I-131 NaI caps (diagnostic) capsule 2 4mCi 32 *I-131 NaI caps (diagnostic) capsule 2 5mCi 33 *I-131 NaI caps (diagnostic) capsule 2 10uCi 34 In111 WBC Unit dose 15 500uCi 35 In111 Octreoscan Unit dose 15 6mCi 36 Ga-67 Unit dose 3 6mCi 37 Ultra-tag kits kit 2 box of 5 38 CCK (Kinevac) injection vial 20 1.4ugm/kg 39 Pyrophosphate kits kit 5 kit 40 Cold kit MAA box 10 5 kits per box 41 Cold kit D.T.P.A kit 10 kit 42 Cold kit PYP kit 10 kit 43 Cold kit Mebrofenin kit 10 kit 44 meter calibrations each 4 yearly 45 Emergency order fee, to include Pharmacist preparation & delivery Delivery Approximately 2/week (ESTIMATE 100 DELIVERIES ANNUALLY) ORDER (ESTIMATE 156 DELIVERIES ANNUALLY) TOTAL Base Year VALUE: Option Year (December 1, 2016 through November 30, 2017) CLIN Radiopharmaceutical Unit of Measure Quantity SIZE PRICE FOR EACH mCi or Bulk TOTAL PRICE Number of Minutes Needed to Prepare Product at Radiopharmacy NDC OF OFFERED PRODUCT 46 Tc99m Myoview Unit dose 200 10mCi 47 Tc99mMyoview Unit dose 100 20mCi 48 Tc99m Myoview Unit dose 100 28mCi 49 Tc99m Myoview Unit dose 200 30mCi 50 Tc99m Ceretec (brain imaging) Unit dose 3 20mCi 51 Tc99m HMPAO WBC Unit dose 10 20mCi 52 Tc99m DTPA Unit dose 50 30mCi 53 Tc99m Hepatolite Unit dose 50 7mCi 54 Tc99m MAA Unit dose 50 10mCi 55 Tc99m MAG3 Unit dose 49 10mCi 56 Tc99m MDP Unit dose 300 25mCi 57 Tc99m Neurolite Unit dose 25mCi 58 Tc99m Sulfur Colloid Unit dose 25 1mCi 59 Tc99m Sulfur Colloid Unit dose 3 7mCi 60 Tc99m Sulfur colloid filtered Unit dose 5 1mCi 61 Tc99m Choletec Unit dose 25 10mCi 62 Tc99m (pertechnetate) Unit dose 20 5mCi 63 Tc99m (pertechnetate) Unit dose 9 10mCi 64 Tc99m (pertechnetate) Unit dose 10 28mCi 65 Tc99m (pertechnetate) Unit dose 10 30mCi 66 Tc99m (pertechnetate) Bulk 224 300mCi - bulk 67 Tl-201 Unit dose 10 4mCi 68 *I-131 NaI caps(therapeutic) capsule 60mCi 69 *I-131 NaI caps (therapeutic) capsule 3 100mCi 70 *I-131 NaI caps (therapeutic) capsule 1 125mCi 71 *I-131 NaI caps (therapeutic) capsule 1 150mCi 72 *I-131 NaI caps (therapeutic) capsule 175mCi 73 *I-131 NaI caps (therapeutic) capsule 1 200mCi 74 *I-131 NaI caps (diagnostic) capsule 2 2mCi 75 *I-131 NaI caps (diagnostic) capsule 2 3mCi 76 *I-131 NaI caps (diagnostic) capsule 2 4mCi 77 *I-131 NaI caps (diagnostic) capsule 2 5mCi 78 *I-131 NaI caps (diagnostic) capsule 2 10uCi 79 In111 WBC Unit dose 15 500uCi 80 In111 Octreoscan Unit dose 15 6mCi 81 Ga-67 Unit dose 3 6mCi 82 Ultra-tag kits kit 2 box of 5 83 CCK (Kinevac) injection vial 20 1.4ugm/kg 84 Pyrophosphate kits kit 5 kit 85 Cold kit MAA box 10 5 kits per box 86 Cold kit D.T.P.A kit 10 kit 87 Cold kit PYP kit 10 kit 88 Cold kit Mebrofenin kit 10 kit 89 meter calibrations each 4 yearly 90 Emergency order fee, to include Pharmacist preparation & delivery Delivery Approximately 2/week (ESTIMATE 100 DELIVERIES ANNUALLY) ORDER (ESTIMATE 156 DELIVERIES ANNUALLY) TOTAL Option Year VALUE: Total Base plus 1 option years: Services See statement of work attached. The delivery/task order period of performance is 12/01/2015 - 11/30/2017. Delivery shall be provided starting on 12/01/2015. The department will call in the order on an as-needed basis. The contractor shall deliver ordered items as needed to the Hot Lab of the Syracuse VA Medical Center at 800 Irving Avenue, Syracuse, NY 13210. Place of Performance Address: Department of Veterans Affairs 800 Irving Avenue Syracuse, NY 13210 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" Vendor must be registered with the sam.gov to further qualify for this contract. The offeror's quote shall, at a minimum, address each of the factors and additional documents listed in this RFP. During evaluations of each quote, 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. 2. FAR 52.212-2, "Evaluation-Commercial Items" (Oct 2014) (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: Factor 1: Technical Approach/Capability: Contractor is to provide clear evidence of the overall technical approach; proposed methodology; and a demonstrated understanding of the scope of work and the requirements Factor 2: Past Performance Factor 3: Price (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. 3. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (July 2013) FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (August 2013). The following subparagraphs of FAR 52.212-5 are applicable: (b), 1, 4, 6, 7 14, 23, 26, 27, 28, 29, 30, 31,32, 33, 38, 39, 41, 42, and 48 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.216-22, Indefinite Quantity 52.217-5, Evaluation of Options 52.217-6, Option for Increased Quantity 52.217-9, Option to Extend the Term of the Contract 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data - Alternate I (Jan 1997). 52.225-5 Trade Agreements 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 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination 852.216-70, Estimated quantities (Apr 1984) 852.232-72, Electronic submission of payment requests (Nov 2012) 852.246-70, Guarantee 852.246-71, Inspection (Jan 2008) 852.270-1, Representatives of Contracting Officers Quote packages must include the following or responses will be considered non-responsive: 1. Spec sheets, product literature, brochures, etc that fully describe the products being offered 2. Warranty Provisions 3. Pricing 4. Completed Reps and Certs if offeror does not list the NAICS code on their annual ORCA submission. 5. Signed Standard Form 1449, and acknowledgment of all amendments. 6. VA Approved Business Associate Agreement, if any 7. Vendor must include a copy of their Nuclear Pharmacy License 8. Vendor must show ability to deliver products Monday through Friday by 7:00 AM. Vendor must provide a MapQuest illustration showing their ability to deliver. Vendor must provide an emergency plan procedure for deliveries in inclement weather. All quote packages shall be emailed to [email protected]. This is an open-market combined synopsis/solicitation for radiopharmaceuticals as defined herein. The government intends to award an IDIQ contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Monday September 21st at 5:00 pm.. Quotes and supporting documentation must be emailed to Allison Dubin at Allison [email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Allison Dubin, [email protected]. Point of Contact Allison Dubin, [email protected]
Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Oct 2017 at 11 AM
Location Unknown 26 Apr 2017 at 11 AM
Albany New york 17 Sep 2015 at 5 PM
Location Unknown 27 Aug 2011 at 5 PM

Similar Opportunities

Redstone arsenal Alabama 27 Mar 2030 at 4 AM
Redstone arsenal Alabama 27 Mar 2030 at 4 AM
Wright patterson air force base Ohio 14 Apr 2030 at 4 AM
Wright patterson air force base Ohio 14 Apr 2030 at 4 AM