Federal Bid

Last Updated on 28 May 2011 at 8 AM
Combined Synopsis/Solicitation
Dallas Texas

Q--Radiopharmaceutical

Solicitation ID VA25711RQ0156
Posted Date 22 Mar 2011 at 10 PM
Archive Date 28 May 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 257-Network Contract Office 17 (36c257)
Agency Department Of Veterans Affairs
Location Dallas Texas United states 75216
Point Of Contact Not Available
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined synopsis/solicitation VA257-11-RQ-0156 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This acquisition is solicited as an UNRESTRICTED for NAICS 325412, size standard 750 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition and applies to the Specialty Pharmacy Services Inc. Radiopharmaceuticals listed below: (Items 0001-0033): The purpose of this contract is for Contractor/s to provide Radiopharmaceutical to the VA North Texas Health Care System (VANTHCS) Nuclear Medicine Service-4500 South Lancaster Road, Dallas TX 75216. Prices will be all inclusive and invoices shall not include any ancillary or additional costs. The contractor agrees in accordance with the terms and conditions stated herein, to furnish Radiopharmaceuticals to the Department of Veterans Affairs. Estimated contract period is 5 months for Base period commencing on date of issuance of Notice to Proceed. STATEMENT OF WORK A. REGULATORY REQUIREMENTS 1. Contractor shall meet all Nuclear Regulatory Commission, National Health Physics Program (NHPP), Department of Transportation, FDA, OSHA, and all other agency rules and regulations (Federal and State), as well as any applicable Joint Commission Requirements. 2. Contractor must be licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing radiopharmaceuticals. Offeror must provide copies of licenses and certifications along with proposal to the Contracting Officer. Upon request by the VA Radiation Safety Officer, the Contractor shall provide a copy of reports of contractor's RSO Safety Audits of Federal Compliance. 3. Contractor shall label all unit doses of delivered radiopharmaceutical with the amount, preparation time, expiration time, date, and provide Nuclear Medicine Service (NMS) with the capability to upload radiopharmaceutical data into the Nuclear Medicine Information System (NMIS) to include a bar code labeled insert. 4. If the Contractor's system varies from the VANTHCS NMIS, the Contractor shall provide means for compatibility or alternative system with any needed data migration, technical support and training of staff on its use at no additional price to the Government. Any additional tracking systems provided must comply with VA and associated IT requirements. 5. All packages containing radioactive material must be labeled and shipped in accordance with Title 49, Code of Federal Regulations Part 172 and 173. Compliance with all applicable regulatory bodies, including FDA and TX/US DOT is requisite. An additional label shall be affixed to each syringe, vial, or other container used to hold a radioactive drug to be transferred for commercial distribution. The label must include the radiation symbol and the words "CAUTION, RADIOACTIVE MATERIAL" or "DANGER, RADIOACTIVE MATERIAL" and an identifier that ensures that the syringe, vial, or other container can be correlated with the information on the transport radiation shield label. 6. Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies in accordance with Title 10 Code of Federal Regulations Part 35. Quality Control results will be furnished upon VA request, in a format to be specified at the time of request. 7. Contractor/supplier shall abide by Title 10, Code of Federal Regulation, which states: "A Licensee may use for medical purposes only: (a) By-product material or cyclotron produced materials manufactured, labeled, packaged and distributed in accordance with a license issued pursuant to the regulations in Title 10, Code of Federal Regulations, Part 35 and the equivalent regulations of an Agreement State. b) Reagent kit that has been manufactured, labeled, packed and distributed in accordance with approval by the Commission pursuant to Title 10 CFR 32.72 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use." B. DELIVERY REQUIREMENTS 1. Contractor will have available an adequate supply of contract products to meet the requirements of the VA North Texas Healthcare System with proof of contingency supply chain, submitted with bid, indicating backup/alternative production and delivery routes to prevent disruption of clinical care. Contractor is responsible for on time delivery of radiopharmaceutical and will have back-up facilities/production options available to maintain greater than 98% on time delivery or risk penalty that includes no charge doses that, at a minimum, equal the amount of missed doses. 2. Delivery Commitment: Time of product delivery, including appropriately calibrated radiopharmaceutical doses, specified or mutually agreed to at the time of receipt of telephone orders shall become mandatory upon the Contractor's acceptance to commitment. Delivery of supplies by the scheduled time will be complete except as otherwise authorized by the Ordering Personnel. 3. Delivery Location: a. Deliveries will be made to: Dallas VA Medical Center Attn: Nuclear Medicine Service (115) 3rd Floor, Room 3B-623 4500 S. Lancaster Road Dallas, TX 75216 b. Access to this room during non-business hours shall be obtained by contacting VA Police Service at 214-857-0411. Delivery personnel shall be escorted within the Nuclear Medicine Service at all times. c. Contractor will be escorted by Nuclear Medicine personnel into radio pharmacy and sign in/sign out with Nuclear Medicine Service personnel upon each delivery of radiotracer and follow all policies and procedures in place at VANTHCS and the Nuclear Medicine Service (115). 4. Deliveries are required throughout the day as needed (minimum of 3 per day) with no associated fee, and additional isotope availability, as per clinic schedule, including emergency/STAT deliveries. (a) Normal/ Routine Deliveries: Depending upon Medical Center patient care requirements, the contractor shall provide routine delivery and pick-up, as many times as required by the Dallas VAMC. Delivery orders shall include the following information: " Contract Line Item Number, Contract item (s) and quantity, " Required time(s) of delivery, " Applicable VA order number and contract number, " Required Radiopharmaceutical data noted in B.3.3 (b) Same-Day Delivery: Contractor will be available for Emergency/STAT orders in accordance with the Schedule of Supplies with no associated delivery fees. Same-Day Delivery is required to be delivered and received at the Dallas VAMC Nuclear Medicine Service no later than 2 hours after order is placed and 1 hour for Emergency/STAT orders during normal business hours. Nuclear Medicine normal business hours are considered Monday through Friday: 7:00am - 5:00pm, except Federal Holidays. The following are Federal Holidays: New Year's Day Birthday of Martin Luther King, Jr.(day of observance) Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day (Any other day designated as a National Holiday by the President of the United States.) 5. Radiopharmaceutical Returns for Credit for cause: The Contractor shall accept returns for full credit toward future orders with no associated charges/return charges under the following conditions: a. Product(s) ordered or shipped in error, b. Product(s) damaged in shipment, c. Concealed shipping damages, d. Recalled product(s), e. Outdated products in unopened, original container, f. Any mutually agreed upon cause or situations that would be deemed reasonable cause in the routine operations of the vendor. 6. VANTHCS NMS may return at least 5% of radioisotope (determined on a weekly basis) due to patient cancellation or no show at no cost to the VA. C. ORDERING OF RADIOPHARMACEUTICALS 1. Normal/ Routine Ordering: Orders shall be placed by authorized VA personnel during the normal workday, and first delivery shall be received no later than 07:00 am to the Dallas VAMC Nuclear Medicine Service. 2. Contractor(s) will receive orders by telephone, fax, and/or email from VANTHCS' Contracting Officer Technical Representative (COTR), or designated Nuclear Medicine Technologists, and deliver the ordered supplies to the Nuclear Medicine Service. The names and phone numbers of VANTHCS personnel authorized to place orders will be provided after contract(s) are awarded. The Contracting Officer anticipates no one single contractor will be able to provide the greatest availability, and lowest price on all items; therefore, multiple awards may be required. If it is in the Government's best interest, and if multiple contractors are determined capable of meeting the delivery requirements, multiple awards may be made. 3. Ordering Contact Information: Contractor shall provide contact information for the placement of orders for items listed in the "PRICE/COST SCHEDULE/SCHEDULE OF SERVICES" Section. POC Name: Address: City/State/Zip Code: Ordering Phone Number: Ordering Fax Number: Ordering E-Mail Address: Any alternate contact information, as appropriate. 4. Contractor shall invoice monthly showing period covered, billing date, name of preparation, quantity and amount. In addition, contractor is required to submit a monthly summary of doses ordered. Base Period -Award Date thru 9/30/11: ITEM Contract Line Item Number Estimated Quantity Price per each Total Price N31000 - I-131 NAI DIAGNOSTIC CAPSULE 0001 10 N452A0 - I-131 NAI CAPSULE 1ST MCI 0002 10 N452A1 - I-131 NAI CAPSULE EACH ADL MCI 0003 10 N452C0 - I-131 NAI CUSTOM CAP 1ST MCI 0004 30 N452C1 - I-131 NAI CUSTOM CAP EA ADL MC 0005 1,057 R005A0 - TC-99M SODIUM PERTECHNETATE MC 0006 1,980 R011A0 - TC-99M SODIUM PERTECHNETATE UD 0007 120 R014A0 - TC-99M MEDRONATE (MDP) UD 0008 147 R016A0 - TC-99M MACROAGGREGATED ALBUMIN 0009 257 R018A0 - TC-99M OXIDRONATE (HDP) UD 0010 1,228 R092A0 - Tc-99m SESTAMIBI UNIT DOSE 0011 5,278 R169A0 - TL-201 THALLOUS CHLORIDE MC 0012 289 R225A0 - TC-99M DTPA AEROSOL VENT STUDY 0013 270 R312A0 - TC-99M CHOLETEC UD 0014 54 R348A0 - TC-99M TECHNESCAN MAG-3 UD 0015 155 R384A0 - TC-99M SULFUR COLLOID UD 0016 145 R391A0 - ULTRATAG RBC SINGLE UNIT KIT 0017 88 R454A0 - IN-111 OCTREOSCAN UD 0018 32 R499A0 - TC-99M MYOVIEW (TETROFOSMIN) 0019 11 R585A0 - TC-99M SULFUR COLLOID LYMPHO 0020 33 R585A2 - TC-99M SULF COLL LYMPHO UNF UD 0021 24 R589A0 - TC-99M CERETEC UNIT DOSE 0022 10 R590A0 - TC-99M CERETEC WBC LABELING 0023 24 R636A0 - TC-99M MAA REDUCED PARTICLES 0024 26 R463A0-I-123 NAI CAP 350 0025 59 R630A0 SM-153 QUADRAMET 0026 10 R186A0 IN-111 WHITE BLOOD CELLS 0027 140 R072A0 IN-111 INDIUM DTPA 1.5 MCI 0028 10 R023A0 GALLIUM CITRATE MCI (10 Patients x 6 mCi per patient) 0029 66 R564A0 PROSTASCINT UNIT DOSE 0030 5 ZEVALIN 0031 3 XE133 0032 20 TOTAL BASE YEAR( ESTIMATED) $__________ Option Year I - 10/1/11 thru 9/30/12: ITEM Contract Line Item Number Estimated Quantity Price per each Total Price N31000 - I-131 NAI DIAGNOSTIC CAPSULE 0001 10 N452A0 - I-131 NAI CAPSULE 1ST MCI 0002 10 N452A1 - I-131 NAI CAPSULE EACH ADL MCI 0003 10 N452C0 - I-131 NAI CUSTOM CAP 1ST MCI 0004 30 N452C1 - I-131 NAI CUSTOM CAP EA ADL MC 0005 1,057 R005A0 - TC-99M SODIUM PERTECHNETATE MC 0006 1,980 R011A0 - TC-99M SODIUM PERTECHNETATE UD 0007 120 R014A0 - TC-99M MEDRONATE (MDP) UD 0008 147 R016A0 - TC-99M MACROAGGREGATED ALBUMIN 0009 257 R018A0 - TC-99M OXIDRONATE (HDP) UD 0010 1,228 R092A0 - Tc-99m SESTAMIBI UNIT DOSE 0011 5,278 R169A0 - TL-201 THALLOUS CHLORIDE MC 0012 289 R225A0 - TC-99M DTPA AEROSOL VENT STUDY 0013 270 R312A0 - TC-99M CHOLETEC UD 0014 54 R348A0 - TC-99M TECHNESCAN MAG-3 UD 0015 155 R384A0 - TC-99M SULFUR COLLOID UD 0016 145 R391A0 - ULTRATAG RBC SINGLE UNIT KIT 0017 88 R454A0 - IN-111 OCTREOSCAN UD 0018 32 R499A0 - TC-99M MYOVIEW (TETROFOSMIN) 0019 11 R585A0 - TC-99M SULFUR COLLOID LYMPHO 0020 33 R585A2 - TC-99M SULF COLL LYMPHO UNF UD 0021 24 R589A0 - TC-99M CERETEC UNIT DOSE 0022 10 R590A0 - TC-99M CERETEC WBC LABELING 0023 24 R636A0 - TC-99M MAA REDUCED PARTICLES 0024 26 R463A0-I-123 NAI CAP 350 0025 59 R630A0 SM-153 QUADRAMET 0026 10 R186A0 IN-111 WHITE BLOOD CELLS 0027 140 R072A0 IN-111 INDIUM DTPA 1.5 MCI 0028 10 R023A0 GALLIUM CITRATE MCI (10 Patients x 6 mCi per patient) 0029 66 R564A0 PROSTASCINT UNIT DOSE 0030 5 ZEVALIN 0031 3 XE133 0032 20 TOTAL OPTION I-( ESTIMATED) $__________ Option Year II- 10/1/12 thru 9/30/13: ITEM Contract Line Item Number Estimated Quantity Price per each Total Price N31000 - I-131 NAI DIAGNOSTIC CAPSULE 0001 10 N452A0 - I-131 NAI CAPSULE 1ST MCI 0002 10 N452A1 - I-131 NAI CAPSULE EACH ADL MCI 0003 10 N452C0 - I-131 NAI CUSTOM CAP 1ST MCI 0004 30 N452C1 - I-131 NAI CUSTOM CAP EA ADL MC 0005 1,057 R005A0 - TC-99M SODIUM PERTECHNETATE MC 0006 1,980 R011A0 - TC-99M SODIUM PERTECHNETATE UD 0007 120 R014A0 - TC-99M MEDRONATE (MDP) UD 0008 147 R016A0 - TC-99M MACROAGGREGATED ALBUMIN 0009 257 R018A0 - TC-99M OXIDRONATE (HDP) UD 0010 1,228 R092A0 - Tc-99m SESTAMIBI UNIT DOSE 0011 5,278 R169A0 - TL-201 THALLOUS CHLORIDE MC 0012 289 R225A0 - TC-99M DTPA AEROSOL VENT STUDY 0013 270 R312A0 - TC-99M CHOLETEC UD 0014 54 R348A0 - TC-99M TECHNESCAN MAG-3 UD 0015 155 R384A0 - TC-99M SULFUR COLLOID UD 0016 145 R391A0 - ULTRATAG RBC SINGLE UNIT KIT 0017 88 R454A0 - IN-111 OCTREOSCAN UD 0018 32 R499A0 - TC-99M MYOVIEW (TETROFOSMIN) 0019 11 R585A0 - TC-99M SULFUR COLLOID LYMPHO 0020 33 R585A2 - TC-99M SULF COLL LYMPHO UNF UD 0021 24 R589A0 - TC-99M CERETEC UNIT DOSE 0022 10 R590A0 - TC-99M CERETEC WBC LABELING 0023 24 R636A0 - TC-99M MAA REDUCED PARTICLES 0024 26 R463A0-I-123 NAI CAP 350 0025 59 R630A0 SM-153 QUADRAMET 0026 10 R186A0 IN-111 WHITE BLOOD CELLS 0027 140 R072A0 IN-111 INDIUM DTPA 1.5 MCI 0028 10 R023A0 GALLIUM CITRATE MCI (10 Patients x 6 mCi per patient) 0029 66 R564A0 PROSTASCINT UNIT DOSE 0030 5 ZEVALIN 0031 3 XE133 0032 20 TOTAL OPTION II (ESTIMATED) $__________ Option Year III - 10/1/13 thru 9/30/14: ITEM Contract Line Item Number Estimated Quantity Price per each Total Price N31000 - I-131 NAI DIAGNOSTIC CAPSULE 0001 10 N452A0 - I-131 NAI CAPSULE 1ST MCI 0002 10 N452A1 - I-131 NAI CAPSULE EACH ADL MCI 0003 10 N452C0 - I-131 NAI CUSTOM CAP 1ST MCI 0004 30 N452C1 - I-131 NAI CUSTOM CAP EA ADL MC 0005 1,057 R005A0 - TC-99M SODIUM PERTECHNETATE MC 0006 1,980 R011A0 - TC-99M SODIUM PERTECHNETATE UD 0007 120 R014A0 - TC-99M MEDRONATE (MDP) UD 0008 147 R016A0 - TC-99M MACROAGGREGATED ALBUMIN 0009 257 R018A0 - TC-99M OXIDRONATE (HDP) UD 0010 1,228 R092A0 - Tc-99m SESTAMIBI UNIT DOSE 0011 5,278 R169A0 - TL-201 THALLOUS CHLORIDE MC 0012 289 R225A0 - TC-99M DTPA AEROSOL VENT STUDY 0013 270 R312A0 - TC-99M CHOLETEC UD 0014 54 R348A0 - TC-99M TECHNESCAN MAG-3 UD 0015 155 R384A0 - TC-99M SULFUR COLLOID UD 0016 145 R391A0 - ULTRATAG RBC SINGLE UNIT KIT 0017 88 R454A0 - IN-111 OCTREOSCAN UD 0018 32 R499A0 - TC-99M MYOVIEW (TETROFOSMIN) 0019 11 R585A0 - TC-99M SULFUR COLLOID LYMPHO 0020 33 R585A2 - TC-99M SULF COLL LYMPHO UNF UD 0021 24 R589A0 - TC-99M CERETEC UNIT DOSE 0022 10 R590A0 - TC-99M CERETEC WBC LABELING 0023 24 R636A0 - TC-99M MAA REDUCED PARTICLES 0024 26 R463A0-I-123 NAI CAP 350 0025 59 R630A0 SM-153 QUADRAMET 0026 10 R186A0 IN-111 WHITE BLOOD CELLS 0027 140 R072A0 IN-111 INDIUM DTPA 1.5 MCI 0028 10 R023A0 GALLIUM CITRATE MCI (10 Patients x 6 mCi per patient) 0029 66 R564A0 PROSTASCINT UNIT DOSE 0030 5 ZEVALIN 0031 3 XE133 0032 20 TOTAL OPTION YEAR III (ESTIMATED) $__________ Option Year IV - 10/1/14 thru 9/30/15: ITEM Contract Line Item Number Estimated Quantity Price per each Total Price N31000 - I-131 NAI DIAGNOSTIC CAPSULE 0001 10 N452A0 - I-131 NAI CAPSULE 1ST MCI 0002 10 N452A1 - I-131 NAI CAPSULE EACH ADL MCI 0003 10 N452C0 - I-131 NAI CUSTOM CAP 1ST MCI 0004 30 N452C1 - I-131 NAI CUSTOM CAP EA ADL MC 0005 1,057 R005A0 - TC-99M SODIUM PERTECHNETATE MC 0006 1,980 R011A0 - TC-99M SODIUM PERTECHNETATE UD 0007 120 R014A0 - TC-99M MEDRONATE (MDP) UD 0008 147 R016A0 - TC-99M MACROAGGREGATED ALBUMIN 0009 257 R018A0 - TC-99M OXIDRONATE (HDP) UD 0010 1,228 R092A0 - Tc-99m SESTAMIBI UNIT DOSE 0011 5,278 R169A0 - TL-201 THALLOUS CHLORIDE MC 0012 289 R225A0 - TC-99M DTPA AEROSOL VENT STUDY 0013 270 R312A0 - TC-99M CHOLETEC UD 0014 54 R348A0 - TC-99M TECHNESCAN MAG-3 UD 0015 155 R384A0 - TC-99M SULFUR COLLOID UD 0016 145 R391A0 - ULTRATAG RBC SINGLE UNIT KIT 0017 88 R454A0 - IN-111 OCTREOSCAN UD 0018 32 R499A0 - TC-99M MYOVIEW (TETROFOSMIN) 0019 11 R585A0 - TC-99M SULFUR COLLOID LYMPHO 0020 33 R585A2 - TC-99M SULF COLL LYMPHO UNF UD 0021 24 R589A0 - TC-99M CERETEC UNIT DOSE 0022 10 R590A0 - TC-99M CERETEC WBC LABELING 0023 24 R636A0 - TC-99M MAA REDUCED PARTICLES 0024 26 R463A0-I-123 NAI CAP 350 0025 59 R630A0 SM-153 QUADRAMET 0026 10 R186A0 IN-111 WHITE BLOOD CELLS 0027 140 R072A0 IN-111 INDIUM DTPA 1.5 MCI 0028 10 R023A0 GALLIUM CITRATE MCI (10 Patients x 6 mCi per patient) 0029 66 R564A0 PROSTASCINT UNIT DOSE 0030 5 ZEVALIN 0031 3 XE133 0032 20 TOTAL OPTION IV (ESTIMATED) $__________ GRAND TOTAL(BASE YEAR AND FOUR OPTIONS)------- -$_____________________ NOTE: All quantities are estimated. Items will be ordered on an as needed basis. Payment will be made for quantities actually ordered and received by the Government. a. The following FAR and VAAR provisions and clauses apply to this solicitation: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (MAR 2009) Incorporated By reference: 52.203-3 GRATUITIES (APR 1984) (Over SAT) (Non-personal services), 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995),52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) (Over SAT), 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) (Over SAT), 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS,(JUL 2010) (Over $25K except awards to individuals),52-216-18 ORDERING (OCT 1995), 52-216-19 ORDER LIMITATIONS (OCT 1995), 52-216-22 INDEFINITE QUANTITY (OCT 1995), 52-217-9 OPTIONS TO THE TERM OF THE CONTRACT (MAR 2000), 52.232-18 AVAILABLILITY OF FUNDS (APR1984) (NEXT FY);52.222-3 CONVICT LABOR (JUN 2003), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (AUG 2009) (Supply Buy), 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) (For OCONUS, Use ALTERNATE I) (AUG 2007), 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (Contractors supplies), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-36 PAYMENT BY THIRD PARTY (MAY 1999) (GPC), 52.233-3 PROTEST AFTER AWARD (AUG 1996), 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004), 52.242-13 BANKRUPTCY (JUL 1995) (Over SAT), 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), VAAR 852-216-70 ESTIMATED QUANTITIES (APR 1984), 852.237-7 INDEMNIFICATION AND MEDICAL LIABLITY INSURANCE (JAN 2008), 852.203-70 COMMERICAL ADVERTISING (JAN 2008), 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (2008),852.273-76 ELECTRONIC INVOICE SUBMISSION (OCT 2008), END OF ADDENDUM TO 52.212-4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEC 2009) (DEVIATION) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUN 2008), ADDENDUM TO 52.212-1 The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Price Technically Acceptable (LPTA). 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. If providing an equal item(s), explain how your company will meet the salient characteristics (2.1 thru 2.5), as specified in the solicitation. 2. The closing date and time of this solicitation is March 29, 2011, 10:00 A.M. Central Standard Time. Email quotes to [email protected] North Texas Healthcare System. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Danise Burt, phone (214) 857-2581; e-mail: [email protected]; or Tongee Flemming @ [email protected]. All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/ . Confirmation of CCR registration will be validated prior to awarding a contract. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998).52.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) END OF ADDENDUM TO 52.212-1 52.212-2 EVALUATION COMMERICAL ITEMS (JAN 1999) ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is considered the "Lowest-Priced-Technically-Acceptable" (LPTA) offer. Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1) Technical Acceptability - If providing an "equal" item, must comply with FAR Clause 52.211-6, Brand Name or Equal. Offeror must explain in detail how your proposed item meets the salient characteristics of the item as specified within the solicitation. Prospective contractors shall demonstrate how the product offered complies with the items described by submission of a written capability statement with their offer. 2) Past Performance - Contractor shall provide Three (3) reference with recent and relevant past experience in the scope of work. 3) Price (evaluated for reasonableness) b. Basis for Award: Award decision will be based on the lowest evaluated price from the responsible offeror whose quote was "responsive" and found technically acceptable. Award will be made on an all or none basis, and to the lowest priced technically acceptable offeror. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial proposal should contain the offerors best terms from a technical capability, and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. END of ADDENDUM TO 52.212-2 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) Vendors shall include a completed copy of FAR provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002), with their offer. The provision can be downloaded by accessing the website [http://farsite.hill.af.mil/listed].
Bid Protests Not Available

Similar Past Bids

Dallas Texas 28 Jul 2010 at 4 PM
Atlanta Georgia 04 Feb 2020 at 4 PM
Dallas Texas 04 Feb 2016 at 9 PM
Atlanta Georgia 30 Jul 2014 at 9 PM

Similar Opportunities

Fort hood Texas 21 Jul 2025 at 8 PM
Philadelphia Pennsylvania 21 Feb 2029 at 5 AM (estimated)
Fort hood Texas 21 Jul 2025 at 8 PM