COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type: Combined Solicitation/Synopsis
Solicitation Number: VA528-15-Q-0330
Posted Date: 09/14/2015
Current Response Date: 09/18/2015
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 Albany VA Medical Center is seeking to purchase radiopharmaceuticals. Contractor will use non-HEU derived isotopes whenever possible to support the Department of Veterans Affairs procurement initiative.
All interested companies shall provide quotes for the following:
Supplies
Base Year (October 1, 2015 to September 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
0001 Tc-99 (bulk) Pertechnetate Bulk dose 4 250 mCi
0002 Cardiolite Unit dose 400 30 mCi
0003 Cardiolite Unit dose 400 10mCi
0004 MAA Unit dose 30 6mCi
0005 DTPA Unit dose 40 75mCi
0006 MDP Unit dose 90 25mCi
0007
Sulfur Colloid (Liver/ Spleen or gastric emptying) Unit dose 20 6mCi
0008 Tc99m Pertechnetate (MUGA/Hemangioma) Unit dose 30 25mCi
0009 Choletec Unit dose 25 6mCi
0010 PYP (MUGA/Hemangioma) Unit dose 30 1 Vial
0011 Mag-3 Unit dose 20 10mCi
0012 Ceretec WBC Study 10 10-30mCi
0013 Octreotide Unit dose 10 6mCi
0014
I-123 200's Caps 40 200mCi
0015 I-131 Therapy/Whole Body (1-6mCi) Caps 5 Up to 6mCi
0016 I-131 Therapy (per mCi) Caps 5 Up to 150mCi
0017 Thallium 201 Unit dose 1 5mCi
0018 Gallium 67 Unit dose 1 10mCi
0019 Sulfur Colloid (filtered) Unit dose 15 250uCi
0020 Thallium 201 Brain Unit dose 4 5mCi
0021 Tc99m Pertechnetate Meckel's/Thyroid Imaging Unit doses 1 10mCi
0022 Cardiolite (parathyroid) Unit doses 15 25mCi
0023 Ceretec Brain (Brain Imaging) Unit doses 3 30mCi
0024 Sulfur Colloid (gastric emptying) Unit Dose 20 1mCi
0025 Tc99 Pertechnetate (hemangioma) Unit doses 10 25mCi
0026 PYP (hemangioma) Unit doses 10 1 vial
0027 Tc99m Pertechnetate (Thyroid imaging) Unit doses 5 10mCi
0028 Thallium 201 (stress cardiac) Unit doses 5 4mCi
0029 DATSCAN
I-123 Ioflupane 1 vial 5 3-5Mci
0030 Quadramet Therapy unit 1
0031 Emergency order fee, to include Pharmacist preparation & delivery Delivery Approx. 3/week
(ESTIMATE 156 DELIVERIES ANNUALLY) ORDER
TOTAL BASE YEAR
Option year (10/01/2016 to 09/30/2017):
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
0032 Tc-99 (bulk) Pertechnetate Bulk dose 4 250 mCi
0033 Cardiolite Unit dose 400 30 mCi
0034 Cardiolite Unit dose 400 10mCi
0035 MAA Unit dose 30 6mCi
0036 DTPA Unit dose 40 75mCi
0037 MDP Unit dose 90 25mCi
0038
Sulfur Colloid (Liver/ Spleen or gastric emptying) Unit dose 20 6mCi
0039 Tc99m Pertechnetate (MUGA/Hemangioma) Unit dose 30 25mCi
0040 Choletec Unit dose 25 6mCi
0041 PYP (MUGA/Hemangioma) Unit dose 30 1 Vial
0042 Mag-3 Unit dose 20 10mCi
0043 Ceretec WBC Study 10 10-30mCi
0044 Octreotide Unit dose 10 6mCi
0045
I-123 200's Caps 40 200mCi
0046 I-131 Therapy/Whole Body (1-6mCi) Caps 5 Up to 6mCi
0047 I-131 Therapy (per mCi) Caps 5 Up to 150mCi
0048 Thallium 201 Unit dose 1 5mCi
0049 Gallium 67 Unit dose 1 10mCi
0050 Sulfur Colloid (filtered) Unit dose 15 250uCi
0051 Thallium 201 Brain Unit dose 4 5mCi
0052 Tc99m Pertechnetate Meckel's/Thyroid Imaging Unit doses 1 10mCi
0053 Cardiolite (parathyroid) Unit doses 15 25mCi
0054 Ceretec Brain (Brain Imaging) Unit doses 3 30mCi
0055 Sulfur Colloid (gastric emptying) Unit Dose 20 1mCi
0056 Tc99 Pertechnetate (hemangioma) Unit doses 10 25mCi
0057 PYP (hemangioma) Unit doses 10 1 vial
0058 Tc99m Pertechnetate (Thyroid imaging) Unit doses 5 10mCi
0059 Thallium 201 (stress cardiac) Unit doses 5 4mCi
0060 DATSCAN
I-123 Ioflupane 1 vial 5 3-5Mci
0061 Quadramet Therapy unit 1
0062 Emergency order fee, to include Pharmacist preparation & delivery Delivery Approx. 3/week
(ESTIMATE 156 DELIVERIES ANNUALLY) ORDER
TOTAL OPTION YEAR
TOTAL CONTRACT PRICING:
Services
See statement of work attached.
The delivery/task order period of performance is 10/01/2015 - 9/30/2017.
Delivery shall be provided starting on 10/01/2015. The department will call in the order on an as-needed basis. The contractor shall deliver ordered items as needed to the Nuclear Medicine Department of the Albany VA Medical Center at 113 Holland Avenue, Albany, NY 12208.
Place of Performance
Address: Department of Veterans Affairs
113 Holland Avenue
Albany, NY 12208
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:
a. 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
b. Use of non-HEU derived isotopes
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 Friday, September 18th 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