All interested Vendors shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-5596, ATTN: Sandra Kretschmar. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. All quotations must be received by e-mail to [email protected] by 8:00 am PST on 24 October 2014 to be considered. All other offers will be considered nonresponsive and will not be considered. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following:
Item: Quantity: Unit of Issue: Price:
0001 Tc99m Myoview [up to 1milliCurie (mCi)] 600 EACH
0002 Tc99m Filtered Sulfur 120 EACH
0003 Tc99m Sulfur Colloid (up to 8 mCi) 50 EACH
0004 Tc99m DMSA (up to 5 mCi) 12 EACH
0005 Tc99m DTPA (26-40 mCi) 12 EACH
0006 Tc99m MAA (up to 7 mCi) 12 EACH
I-131 Compounded Therapy Capsule (First mCi) 100 100 EACH
I-131 Coupounded Therapy Capsule (Each Add'l mCi) 2000 EACH
In-111 DTPA 5 EACH
Ga-67 Citrate 5 EACH
Deliveries outside of scheduled delivery fees 100 EACH
STAT Deliveries 24 EACH
Pharmacy Call-Out Fee 24 EACH
Any further charges 1 EACH
Evaluation factors shall be considered as follows:
1. Technical Capability; 2. Delivery; 3. Past Performance (similar item provided within the last three years); and, 4. Price. When combined technical capability, delivery and past performance outweigh price in importance.
Material must be warrantied against defect.
Other qualifications that must be met in order for a quotation to be considered:
1. The Government will only consider firm fixed-price quotations.
2. Bidders must complete and submit quotations IAW FAR provision 52.212-3.
3. Bidders must be registered in the System for Award Management (hereafter SAM) prior to all awards.
The website address for SAM is www.sam.gov. A Data Universal Number System (DUNS) number and cage code is required to register.
This RFQ document and incorporated provisions and clauses are those in effect
through FAC 2005-75 and DFARS Change Notice 20140624:
52.204-7 System for Award Management (JUL 2013)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.209-6 protecting the Government Interest when subcontracting with contractors debarred, suspended,
or propsed for debarment (DEC 2010)
52.212-1 Instructioins to Offerors - Commerical Items (APR 2014)
52.212-2 Evaluation-Commerical Items (JAN 1999)
52.212-3 Offeror Representations and Certification - Commercial Items (May 2014)
52.212-4 Contract Terms and Conditions - Commerical Items (May 2014)
52.212-5 Contract Terms and Condition Required to Implement Statutes or Executive Orders (JUNE 2014)
The applicable clauses under 52.212-5 follows:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (JUL 2013)
52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)
52.219-28 Post Award Small Business Program Representation (APR 2012)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Equal Opportunity for Veterans (Sep 2010)
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
52.222-37 Employment Reports on Veterans (SEP 2010)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997)
52.223-7 Notice of Radioactive Materials (JAN 1997)
52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
http://acquisition.gov/far
52.252-2 Clauses Incorporated by Reference (FEB 1998)
http://acquisition.gov/far
252.225-7001 Buy American Act and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003)
252.232-7003 Electronic Submission of Payment Requests (Mar 2007)
252.232-7006 Wide Area Workflow Payment Instructions (May 2013)
NCACS Program participation as directed below:
NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION
INSTRUCTION (August 2011)
(a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should
be established in order to avoid unnecessary delay at military installation entry
control points (ECP).
(b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through
the following website:
http://cnic.navy.mil/CNIC_HQ_Site/index.htm popular links.
For more information or to enroll in the NCACS Program call: 1.877.727.4342.
For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653
(c) Vendors, contractors, suppliers and other service providers shall present
their pass upon entry at ECP.