Indiana Bids > Bid Detail

6505--Radiopharm Supply BPA

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159410859469961
Posted Date: Sep 6, 2023
Due Date: Sep 6, 2023
Solicitation No: 36C24123Q0938
Source: https://sam.gov/opp/b5f579dc52...
Follow
6505--Radiopharm Supply BPA
Active
Contract Opportunity
Notice ID
36C24123Q0938
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 06, 2023 12:42 am EDT
  • Original Published Date: Aug 10, 2023 09:31 am EDT
  • Updated Date Offers Due: Sep 06, 2023 12:00 pm EDT
  • Original Date Offers Due: Aug 21, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 21, 2023
  • Original Inactive Date: Sep 05, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: 6505 - DRUGS AND BIOLOGICALS
  • NAICS Code:
    • 325412 - Pharmaceutical Preparation Manufacturing
  • Place of Performance:
    VISN 1 LOCATIONS STATED IN NOTICE ,
Description
(i) 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.
(ii) The solicitation number is 36C24123Q0938 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.
(iv) This requirement is being issued as A Full & Open Competition solicitation. The associated NAICS code is 325412 for Radiopharmaceutical supplies.
(v) The Government intends to award a firm-fixed priced award Blanket Purchase Agreement (BPA) for (5) five years. The Contractor shall provide all supervision and personnel, to perform all aspects of the Statement of Work. Radiopharmaceuticals will be provided for The Veterans Integrated Service Network Region (VISN) 1 Medical Centers Nuclear Medicine Departments. Please see the attached Statement of Work, Price Schedule (Attachment 1), Past Performance worksheet (Attachment 2) and Evaluation below for full requirement details and pricing submission.





STATEMENT OF WORK

RADIOPHARMACEUTICALS

Contractor to provide Radiopharmaceutical products as listed herein, as requested by authorized VA Staff, in order to support the VAMCs located in VISN 1 listed below. All radiopharmaceutical supplies provided under this contractor shall be F.O.B. Destination; fuel surcharges shall not be allowed nor added to the invoice. All radiopharmaceuticals provided shall be USDA and USP approved.

Contractor will provide for the placement of one or more telephone order (s) per day for items listed in the Pricing and Cost Schedule, as needed per facility needs, including holidays.
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 quote to the Contracting Officer.

DELIVERY ORDERS:
Only the Contracting Officer has the authority to create and execute Delivery Orders off the awarded BPA. Once Delivery Orders are established for individual facilities, normal orders shall be placed during the workday and delivery shall be required by 7:00 am or 11:00am the following workday, depending on what is specified when the order is placed. Due to the demands of VISN 1 VAMC patient care requirements, there shall be no restriction to the number of orders which may be placed by VA, or the number of deliveries which may be required per day. In the event that the requirements may be determined in advance, a longer delivery time will be scheduled accordingly.
The shipment shall specify: contract item (s) and quantity, time (s) of delivery and applicable VA order number.
Shipments against established Delivery Orders can be placed orally by telephone and/or fax transmission.
Contractor shall routinely provide two (2) deliveries per day. Any additional deliveries will be subject to the emergency delivery fee.

DELIVERY LOCATION:

Deliveries will be made to:

VAMC White River Junction
Attn: Nuclear Medicine Department, room 248A
Building One, Second Floor
215 N. Main Street
White River Junction, VT 05009

During non-business hours deliveries should be made to:

VAMC White River Junction
Attn: Nuclear Medicine Department, room 248A
Building One, Second Floor
215 N. Main Street
White River Junction, VT 05009

Deliveries will be made to:

VA Maine Healthcare System
1 VA CENTER
Building 200E
Attn: Nuclear Medicine Department
Augusta, Maine 04330

During non-business hours deliveries should be made to:

VA Maine Healthcare System
1 VA CENTER
Building 200E
Attn: Report to VA POLICE,
Nuclear Medicine Department
Augusta, Maine 04330

Deliveries will be made to:

WEST ROXBURY CAMPUS:

VA Boston Healthcare System
West Roxbury Campus
Attn: Nuclear Medicine Department, Room 2C-112
Building Three, Second Floor
1400 VFW Parkway
West Roxbury, MA 02132

During non-business hours deliveries should be made to:

VA Boston Healthcare System
West Roxbury Campus
Attn: Nuclear Medicine Department, Room 2C-112
Building Three, Second Floor
1400 VFW Parkway
West Roxbury, MA 02132

JAMAICA PLAIN CAMPUS:

Deliveries will be made to the address listed below during business hours only:

VA Boston Healthcare System
Jamaica Plain Campus
Attn: Nuclear Medicine Department, Room DB-101J
150 South Huntington Ave.
Boston, MA 02130

EMERGENCY ORDERING PROCEDURES:

An added cost is provided in the Pricing and Cost Schedule for additional deliveries in excess of two (2) per day. Depending upon the availability of the product, the Contractor shall make deliveries within 2 hours when orders are placed between the hours of 8:00 am and 4:30 p.m. on weekdays and within 2.5 hours when orders are placed weeknights (between the hours of 4:30 p.m. and 8:00 am), weekends and holidays.

DELIVERY COMMITMENT:

Time of delivery specified within reason or mutually agreed to at the time of receipt of telephone order shall become mandatory upon the Contractor. Failure to perform in accordance with the delivery commitment may be grounds for termination of contract in accordance with the provisions for termination.
PERSON S AUTHORIZED TO PLACE SHIPMENTS FROM ESTABLISHED DEILVERY ORDER:

The following VAWRJ are authorized to place shipments against award Delivery Order:
Frank J. Brennan, M.D.
Richard A. Morse, M.D.
Tien Burns, M.D.
G. Thomas Preston
Joe Morales

The following VABHS are authorized to place shipments against award Delivery Order:
George Brunson
Daniel Livingstone
Henry Koomson
Dutchin Ward
Will Ma-Coley
Kandace Craft
Leigha Owen
Brittany Hicks

The following VAME are authorized to place shipments against award Delivery Order:
Beaudoin, Jeffrey
Boulnager, Jason R.
Tigaieru, Adrian
Hayden, Melissa A.
Labonte, Amber L.

SUPPLIES OR SERVICES AND PRICES/COSTS

Contractor to provide Radiopharmaceutical products as listed herein, as requested by authorized VA Staff, in order to support the VISN 1 VAMCs listed above. Products specified as brand should not be replaced with generics.

Contractor must be able to provide the technetium from HEU (highly enriched uranium) to LEU (low enriched uranium) once the Department of Veterans Affairs implements the transition.
(vi) The contractor shall furnish all personnel and supervision necessary to perform all required services for VISN 1.
(vii) The Places of Performance are noted in the Scope of the Statement of Work.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1, 52.216-1, 52.233-2, 852.233-70, 852.233-71, 852.252-70, and 852.270-1.
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement.
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quotes received after the due date and time shall not be considered.
(2) All responses under this Combined Synopsis must be emailed to Jerry.Choinski@va.gov with request for quote (RFQ) # 36C24123Q0938 in the subject line.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 9/1/2023 at 17:30 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers.
The Government will award a BPA resulting from this solicitation to the responsible vendor whose quote 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:Â
Price (Follow these instructions):
Vendor shall complete the Price Schedule in Section (v), with vendors quoted contract line item prices inserted in appropriate spaces. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable.
Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.
Past Performance:
Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant). Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work.
Contractor shall provide a list of all services included in the price.
Contractor shall provide all current and relevant licenses and/or certifications for the States listed in the Statement of Work if applicable.
If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort.
Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables.

(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2, 52.203-17, 52.204-4, 52.217-9, 52.232-40, 852.203-70, 852.208-70, 852.208-71, 852.215-71, 852.232-72, 852.237-70.
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.219-75 LOS, Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. Also, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-55
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xv) RFQ responses are due 9/6/2023 at 12:00 PM EST. RFQ responses must be submitted via email to: Jerry.Choinski@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered.
(xvi) The POC of this solicitation is Jerry Choinski(Jerry.Choinski@va.gov).
See attachment 1 and attachment 2
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >