Federal Bid

Last Updated on 25 Mar 2009 at 8 AM
Combined Synopsis/Solicitation
Frederick Maryland

Radiopharmaceuticals

Solicitation ID N0023209RQNM002
Posted Date 03 Mar 2009 at 12 PM
Archive Date 25 Mar 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Frederick Maryland United states 21702
This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal number is N62645-08-R-0006. Proposals are due not later than 3:30 P.M. EST on 10 March 2009. Provisions and clauses in effect through Federal Acquisition Circular 2005-23 are incorporated. NAICS 325412 with a size standard of 750 employees for reporting action purposes. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command has a requirement for radiopharmaceuticals for the Nuclear Medicine Department, Naval Hospital Jacksonville, FL for a period of one year period beginning from date of award and in accordance with the following statement of work. Items in this acquisition and required for quotation are as follows: CLIN Description Qty U/I Vendor Quote 0001 Ceretec WBC per study 4 EA 0002 Choletec, TC99M Choletec 130 EA Mebrofenin 0003 CO5955, QC equip 1 EA co-57 flood source 20 0004 DMSA, TC99M 5 EA 0005 DTPA-TC99M 120 EA Technetium Penetate 0006 GA-67 Gallium Citrate 12 EA 0007 I-123 20, I-123 Iodide 192 EA Capsule 200 UCI 0008 I-131 Therapy Capsule 6 EA 1-5MCI 0009 I-131 Extra, Therapy 50 EA Capsule, EX per MCI 0010 IN-111 OCTREO 1 EA Pentetreotide/6MCI 0011 Indium WBC Indium 1 EA Per study 0012 MAA, TC99M, Macro 120 EA Aggregated albumin 0013 MDP, TC99M MDP 720 EA Medronate Diphosphate 0014 Myoview, Tetrofosmin 1,440 EA TC99M 0015 PYP, Pyrophosphate 1 EA 0016 Sulfur Colloid, TC99M 60 EA 0017 Sulfur Colloid filtered, 36 EA TC99M 0018 TC9900, MAG-3 100 EA Meriatide, TC-99M 0019 TC99M Unit Dose, 30 EA 0020 TL-201 Thallous Choride 15 EA MCI 0021 Ultratag RBC Kit 20 EA 0022 TCM99M Bulk linearity 400 EA 0023 Indium Wbc, Indium wbc 3 EA Per study 0024 I-23, capsule 100/cu 1 EA 0025 Afterhour delivery fee, 20 EA Weekends 0026 fuel surchage 240 EA 0027 Stat Delivery Fees 96 EA 0028 Delivery Normal hours 12 EA STATEMENT OF WORK RADIOPHARMACEUTICALS 1. The contractor shall provide all unit dose Radiopharmaceuticals used by the Nuclear Medicine Clinic, Naval Hospital Jacksonville during normal working hours and for all after hour emergency studies. 2. The contractor shall provide Radiopharmaceuticals during standard hours of care Monday through Friday from 0700 (7:00 AM EST) until 1630 hours (4:30 PM EST), including Federal holidays. After hours coverage will be available Saturday and Sunday 0700 (7:00 AM EST) until 1630 (4:30 EST) and Monday through Sunday from 1630 (4:30 PM EST) until 0730 hours (7:30 AM EST), including Federal holidays. 3. The contractor will be contacted by Staff Nuclear Medicine Technologists assigned to the Nuclear Medicine Clinic at the Naval Hospital Jacksonville. 4. All routine orders for Radiopharmaceutical doses will be placed to the contractor the day prior before the clinic close of business via phone. The order will include specified activities of doses and calibration times. The contractor will deliver the ordered Radiopharmaceutical doses to the Nuclear Medicine Clinic, Room 1336 before 0730 (7:30 AM EST) on the day specified to ensure proper inventory and receipt of the shipment is done by qualified personnel. 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 1336. 5. 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. 6. The contractor shall provide a daily invoice accompanying all Radiopharmaceutical shipments to the Nuclear Medicine Clinic for all orders placed. 7. The contractor will ensure that all Radiopharmaceutical doses provided are compounded and calibrated by or under the supervision of a certified Nuclear Medicine Pharmacist. 8. 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 in order to be granted access to the Naval Air Station, Jacksonville FL. The contractor shall be responsible for the removal of all used and unused radiopharmaceutical doses from the clinic within 72 hours of delivery. 9. The contractor shall notify the Naval Hospital Jacksonville Nuclear Medicine Clinic immediately should the inability arise to provide Radiopharmaceutical doses. 10. 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 the Naval Hospital Jacksonville. 11. The contractor shall be able to provide a Nuclear Medicine management program. This program shall provide all necessary software and hardware maintained by the contractor. The management program shall allow for the receipt, inventory and proper documentation of Radiopharmaceutical doses dispensed. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents best value after evaluation in accordance with factors described below. The government intends to award without discussions, but reserves the right to conduct discussions. Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price and technical standpoint. The following factors shall be used to evaluate offers: 1. Product Features Meeting/Exceeding Minimum Requirements 2. Price (all CLINs shall be priced). This is Low-Price Technically Acceptable (LPTA) procurement. Award will be made on the basis of the lowest evaluated price of a proposal meeting or exceeding the non-price factor above. TECHNICAL PROPOSAL INSTRUCTIONS: Offerors are required to provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements of the Statement of Work. In addition to the technical documentation of the radiopharmaceuticals, the vendor shall provide company details, specifically: Complete company name and address: Fax number: Phone number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Vendor shall be registered in the Central Contractor Registration website, www.ccr.gov prior to contract award. Are vendor offered solutions available for the GSA Federal Supply Schedule? Please specify if your company is a large, small, small woman owned, small veteran owned, disadvantage, SDVOSB, or 8A business? Offerors are encouraged to submit as many possible solutions as practical for delivery to Jacksonville, FL by the closing of this solicitation. FAR Clauses 52.212-4 & 52.212-5 will be incorporated into the resultant contract award. Proposals to this solicitation are due not later than 3:30 PM (Eastern Time) 10 March 2009 and shall be sent via email with MS Office, Excel, or Adobe attachments. Email proposals shall be sent to Jan Harding at [email protected]. Fax proposals will also be accepted, fax number is (301)619-1132. Email is preferred.
Bid Protests Not Available

Similar Past Bids

Frederick Maryland 09 Mar 2010 at 6 PM
Jacksonville Florida 14 Feb 2008 at 5 AM
Frederick Maryland 25 Feb 2010 at 2 PM
Frederick Maryland 01 Mar 2011 at 8 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
Philadelphia Pennsylvania 02 Nov 2026 at 5 AM (estimated)
Philadelphia Pennsylvania 02 Nov 2026 at 5 AM (estimated)