Page 6 of 6
This is a SOURCES SOUGHT/MARKET RESEARCH only, pertaining to brand name supplies for the VAMC Indianapolis, located at 1481 West 10th Street, Indianapolis, IN 46202-2803. If a solicitation is published, one would be released in proximity to September 17, 2018, with an award potentially being made around October 1, 2018. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-94, 2005-95/ 01-19-2017, FAR Part 13.5, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) number is 325412 and the NAICS size is 1,250 employees.
Information gathered during this request for information may be used in a small business set aside. Any concern that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB.
Responses shall include: (1) Business Name and Address, (2) FSS Contract Number (3) Vendor Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) If the concern is the manufacture and the sole distributor, the concern shall provide documentation supporting the claim.
Contractors that deem themselves capable of meeting the requirement shall provide the below information to John Saunders, Contracting Officer, at
[email protected] no-later-than Wednesday, Sept 12, 2018 at 4:30PM, EST referencing 36C25018Q9871.
Contractor must be registered with https://www.sam.gov
Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the contractor on the contractor s quote should a solicitation be subsequently issued.
FOB is Destination.
Performance Period: 10/01/2018 through 09/30/2023
Delivery is to:
VAMC Indianapolis
1481 West 10th Street
Indianapolis, IN 46202-2803
SEE SPECIFICATIONS BELOW
Statement of Work
Radiology Service
Nuclear Medicine Radiopharmaceuticals
Summary:
Richard L. Roudebush VA Medical Center (RLR VA Medical Center) has a requirement for radiopharmaceuticals and radioactive sources for the nuclear medicine department. Due to the terms of USP 797, the medical center can no longer compound radioisotopes in the facility s existing hot lab. It is necessary to obtain these products and services that are both vital and critical to patient care from an outside nuclear pharmacy.
Requirements:
The contractor shall meet all radiopharmaceutical requirements of RLR VAMC in unit dose form (See Attachment A).
The contractor shall provide Non-Highly Enriched Uranium radiopharmaceuticals whenever possible in accordance with the VHA Memorandum dated 01-03-2014 from the VA Under Secretary for Health (See Attachment B).
The contractor shall provide radioactive sealed sources necessary for patient care and quality control as outlined in Attachment A.
The contractor shall provide Radiopharmaceuticals during standard hours of care Monday through Friday from 7:00am until 4:30pm EST not including Federal holidays. After hours coverage will be available 24 hours Saturday and Sunday, and Monday through Friday from 4:30PM to 7:00AM hours, including Federal holidays.
The contractor will be contacted by a staff nuclear medicine technologist assigned to the nuclear medicine department at RLR VA Med Center.
All routine orders for Radiopharmaceutical doses will be placed to the contractor one day before they are needed and prior to the clinic close of business via phone or internet. The order will include specified activities of doses and calibration times. The contractor will deliver the first run of ordered Radiopharmaceutical doses to the Nuclear Medicine Clinic, Room C-2187 before 7:00am EST on the day specified to ensure proper inventory and receipt of the shipment is done by qualified personnel. A subsequent run of ordered radiopharmaceuticals will arrive by 10:30am EST and if necessary a 3rd run shall be ordered and shall be delivered prior to 4:30pm EST. All emergency after hour orders of radiopharmaceutical doses will be placed by an on-call staff Nuclear Medicine Technologists on an emergency need basis. The contractor will deliver all after hour orders of Radiopharmaceuticals within two hours of the Radiopharmaceutical doses being ordered to the Nuclear Medicine Clinic, Room C-2187.
The contractor will calibrate all Radiopharmaceutical doses to ensure proper activity ranges of +/- 10 percent of the specified ordered dose based on specific requirements provided by Nuclear Medicine Clinic based on guidelines outlined in 10 CFR Part 35.
The contractor shall provide a daily packing slip accompanying all Radiopharmaceutical shipments to the Nuclear Medicine Clinic for all orders placed. The packing slip shall include a bar code that works with the Nuclear Medicine Information System (NMIS) for tracking purposes.
The contractor will ensure that all Radiopharmaceutical doses provided are compounded and calibrated by or under the supervision of a certified Nuclear Medicine Pharmacist.
The contractor shall provide courier service that is in accordance with Department of Transportation, Nuclear Regulatory Commission and other applicable regulating authorities enabling the delivery of all Radiopharmaceuticals. All couriers shall be licensed and shall submit all required paperwork to be granted access to RLR VA Medical Center, Indianapolis, Indiana. The contractor shall be responsible for the removal of all used and unused radiopharmaceutical doses from the clinic within 72 hours of delivery.
The contractor shall notify RLR VA Medical Center Nuclear Medicine Clinic immediately should the inability arise to provide Radiopharmaceutical doses.
The contractor shall provide any training or education required to meet commercial standards related to use of radiopharmaceuticals to all staff Nuclear Medicine Technologists stationed at RLR VA Medical Center.
The contractor shall be able to work within NMIS, the current Nuclear Medicine management program at RLR VAMC. This shall allow for the receipt, inventory and proper documentation of Radiopharmaceutical doses dispensed.
Period of Performance:
The initial term shall be one year with four option years. Pricing shall remain firm for the first 12 months of the agreement. Increases thereafter will be limited to no more than the firm fixed annual pricing increases placed upon the nuclear pharmacy by their product suppliers.
Attachment A
Item
Estimated
Quantity
Unit of
Issue
Unit Price
Include Non-HEU and HEU
Estimated
Total
1
GA-67 Citrate (per milicurie)
6
Dose
2
Tc-99m Sestamibi
15
Dose
Non-HEU/HEU
3
Tc-99m Mebrofenin
80
Dose
Non-HEU/HEU
4
Tc-99m MAA
130
Dose
Non-HEU/HEU
5
Tc-99m DTPA
10
Dose
Non-HEU/HEU
6
Tc-99m MAG3
70
Dose
Non-HEU/HEU
7
Tc-99m MDP(Medronate)
420
Dose
Non-HEU/HEU
8
Tc-99 Ceretec
5
Dose
Non-HEU/HEU
9
Tc-99 Ceretec WBC
20
Dose
Non-HEU/HEU
10
Tc-99 Myoview(Tetrofosmin)
2810
Dose
Non-HEU/HEU
11
Tc99 Sulfur Colloid
80
Dose
Non-HEU/HEU
12
Tc99m Filtered Sulfur Colloid
100
Dose
Non-HEU/HEU
13
Tc99m NaTcO4 Calibration/Linearity Source
10
Dose
Non-HEU/HEU
14
Tl-201 Thallous Chloride(mCi)
5
Dose
15
In-111-WBC
40
Dose
16
In-111 DTPA
2
Dose
17
In-111 Octreoscan
10
Dose
18
I-131 NAI Custom Therapy Capsules
45
Dose
19
I-123 MIBG
5
Dose
20
I-123 200uCi Capsule
4
Dose
21
I-123 100uCi Capsule
90
Dose
22
I-123 Custom Capsule
15
Dose
23
Sm-153 Quadramet (Lexidronam)
1
Dose
24
Tc99m NaTcO4 UD
60
Dose
Non-HEU/HEU
25
Tc99m Pyrophosphate
5
Dose
Non-HEU/HEU
26
Xe-133 Xenon Gas 20mCi vial
130
Dose
27
PHI-0124
3
Source
28
HEGL-0133
3
Source
29
GE-68 HEGL-0080-1M (set of 2 rods)
1
Source
30
GE-68 EG-0318-2.0
1
Source
31
MED-3709 24 X16.5 Featherlite Co57 10mCi
1
Source
Attachment B
Bid Protests Not Available