Oklahoma Bids > Bid Detail

6505--PET/CT Radiopharmaceuticals for the Oklahoma City VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159318139688990
Posted Date: Jul 13, 2023
Due Date: Jul 28, 2023
Solicitation No: 36C25923Q0590
Source: https://sam.gov/opp/2b6a6d3983...
Follow
6505--PET/CT Radiopharmaceuticals for the Oklahoma City VA Medical Center
Active
Contract Opportunity
Notice ID
36C25923Q0590
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 13, 2023 03:12 pm EDT
  • Original Date Offers Due: Jul 28, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6505 - DRUGS AND BIOLOGICALS
  • NAICS Code:
    • 325412 - Pharmaceutical Preparation Manufacturing
  • Place of Performance:
    Oklahoma City VA Medical Center 921 NE 13th Street Oklahoma City , 73104
Description
Request for Quote (RFQ) #: 36C25923Q0590
Positron Emission Tomography (PET) and Computed Tomography (CT) Radiopharmaceuticals for the Oklahoma City VA Medical Center

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. The Government also reserves the right to make multiple awards from this solicitation.

* The deadline for all questions is 4:00pm ET, July 21, 2023
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.

** Quotes are to be provided to Matt Zorch at pual.zorch@va.gov no later than 4:00pm ET, July 28, 2023
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.

This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0590. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective June 2, 2023.

The North American Industrial Classification System (NAICS) code for this procurement is 325412 with a small business size standard of 1,250 employees. This solicitation is unrestricted.

List of Line Items;

BASE YEAR ( October 1, 2023 Sept 30, 2024)
Line Item
Description
Annual Qty. (est.)
Unit
Unit Price
Extended Price (est.)
0001
Normal/Routine Ordering & Delivery (F-18 FDG @ 8-18 mCi per dose)
1100
Dose or bulk vial
$
$
0002
Normal/Routine Ordering & Delivery (F-18 NaF @ 8-12 mCi per dose)
1
Unit dose
$
$
0003
Normal/Routine Ordering & Delivery
F-18 Neuraceq 8.1 mCi per dose
95
Unit dose
0004
Normal/Routine Ordering & Delivery
F-18 Pylarify 9.0 mCi per dose
195
Unit dose
0005
Normal/Routine Ordering & Delivery
Ga-68 Dotatate 5.4 mCi per dose
25
Unit dose
0006
Normal/Routine Ordering & Delivery
Ga-68 PSMA-11 3.0mCi-7.0mCi per dose
10
Unit dose
0007
Tungsten Pigs/Shields w/ Shipping containers (lease)

2
EA
N/C
$ 0.00
0008
F-18 Pylarify Cancellation Fee
4
EA
0009
F-18 Neuraceq Cancellation Fee
4
EA
0010
Ga-68 Dotatate Cancellation Fee
4
EA
0011
Ga-68 PSMA-11 Cancellation Fee
4
EA
0012
Quality Control Dose (camera) 30 mCi
4
Dose or vial
$

$
0013
Quality Control Dose (Intego) 35 mCi

4
Dose or vial

$
$
TOTAL PRICE BASE YR : $__________________
_______

OPTION YEAR 1 : (October 1, 2024-September 30, 2025)

Line Item
Description
Annual Qty. (est.)
Unit
Unit Price
Extended Price (est.)
1001
Normal/Routine Ordering & Delivery (F-18 FDG @ 8-18 mCi per dose)
1125
Dose or bulk vial
$
$
1002
Normal/Routine Ordering & Delivery (F-18 NaF @ 8-12 mCi per dose)
1
Unit dose
$
$
1003
Normal/Routine Ordering & Delivery
F-18 Neuraceq 8.1 mCi per dose
95
Unit dose
1004
Normal/Routine Ordering & Delivery
F-18 Pylarify 9.0 mCi per dose
200
Unit dose
1005
Normal/Routine Ordering & Delivery
Ga-68 Dotatate 5.4 mCi per dose
25
Unit dose
1006
Normal/Routine Ordering & Delivery
Ga-68 PSMA-11 3.0mCi-7.0mCi per dose
10
Unit dose
1007
Tungsten Pigs/Shields w/ Shipping containers (lease)

2
EA
N/C
$ 0.00
1008
F-18 Pylarify Cancellation Fee
4
EA
1009
F-18 Neuraceq Cancellation Fee
4
EA
1010
Ga-68 Dotatate Cancellation Fee
4
EA
1011
Ga-68 PSMA-11 Cancellation Fee
4
EA
1012
Quality Control Dose (camera) 30 mCi
4
Dose or vial
$

$
1013
Quality Control Dose (Intego) 35 mCi

4
Dose or vial

$
$
TOTAL PRICE OPTION YR 1 : $____________________


OPTION YEAR 2 : (October 1, 2025 -September 30, 2026)

Line Item
Description
Annual Qty. (est.)
Unit
Unit Price
Extended Price (est.)
2001
Normal/Routine Ordering & Delivery (F-18 FDG @ 8-18 mCi per dose)
1125
Dose or bulk vial
$
$
2002
Normal/Routine Ordering & Delivery (F-18 NaF @ 8-12 mCi per dose)
1
Unit dose
$
$
2003
Normal/Routine Ordering & Delivery
F-18 Neuraceq 8.1 mCi per dose
100
Unit dose
2004
Normal/Routine Ordering & Delivery
F-18 Pylarify 9.0 mCi per dose
200
Unit dose
2005
Normal/Routine Ordering & Delivery
Ga-68 Dotatate 5.4 mCi per dose
25
Unit dose
2006
Normal/Routine Ordering & Delivery
Ga-68 PSMA-11 3.0mCi-7.0mCi per dose
10
Unit dose
2007
Tungsten Pigs/Shields w/ Shipping containers (lease)

2
EA
N/C
$ 0.00
2008
F-18 Pylarify Cancellation Fee
4
EA
2009
F-18 Neuraceq Cancellation Fee
4
EA
2010
Ga-68 Dotatate Cancellation Fee
4
EA
2011
Ga-68 PSMA-11 Cancellation Fee
4
EA
2012
Quality Control Dose (camera) 30 mCi
4
Dose or vial
$

$
2013
Quality Control Dose (Intego) 35 mCi

4
Dose or vial

$
$
TOTAL PRICE OPTION YR 2 : $______________________________


OPTION YEAR 3 : (October 1, 2026 -September 30, 2027)
Line Item
Description
Annual Qty. (est.)
Unit
Unit Price
Extended Price (est.)
3001
Normal/Routine Ordering & Delivery (F-18 FDG @ 8-18 mCi per dose)
1125
Dose or bulk vial
$
$
3002
Normal/Routine Ordering & Delivery (F-18 NaF @ 8-12 mCi per dose)
1
Unit dose
$
$
3003
Normal/Routine Ordering & Delivery
F-18 Neuraceq 8.1 mCi per dose
100
Unit dose
3004
Normal/Routine Ordering & Delivery
F-18 Pylarify 9.0 mCi per dose
200
Unit dose
3005
Normal/Routine Ordering & Delivery
Ga-68 Dotatate 5.4 mCi per dose
25
Unit dose
3006
Normal/Routine Ordering & Delivery
Ga-68 PSMA-11 3.0mCi-7.0mCi per dose
10
Unit dose
3007
Tungsten Pigs/Shields w/ Shipping containers (lease)

2
EA
N/C
$ 0.00
3008
F-18 Pylarify Cancellation Fee
4
EA
3009
F-18 Neuraceq Cancellation Fee
4
EA
3010
Ga-68 Dotatate Cancellation Fee
4
EA
3011
Ga-68 PSMA-11 Cancellation Fee
4
EA
3012
Quality Control Dose (camera) 30 mCi
4
Dose or vial
$

$
3013
Quality Control Dose (Intego) 35 mCi

4
Dose or vial

$
$
TOTAL PRICE OPTION YR 3 : $__________________




OPTION YEAR 4 : (October 1, 2027 -September 30, 2028)
Line Item
Description
Annual Qty. (est.)
Unit
Unit Price
Extended Price (est.)
4001
Normal/Routine Ordering & Delivery (F-18 FDG @ 8-18 mCi per dose)
1125
Dose or bulk vial
$
$
4002
Normal/Routine Ordering & Delivery (F-18 NaF @ 8-12 mCi per dose)
1
Unit dose
$
$
4003
Normal/Routine Ordering & Delivery
F-18 Neuraceq 8.1 mCi per dose
100
Unit dose
4004
Normal/Routine Ordering & Delivery
F-18 Pylarify 9.0 mCi per dose
200
Unit dose
4005
Normal/Routine Ordering & Delivery
Ga-68 Dotatate 5.4 mCi per dose
25
Unit dose
4006
Normal/Routine Ordering & Delivery
Ga-68 PSMA-11 3.0mCi-7.0mCi per dose
10
Unit dose
4007
Tungsten Pigs/Shields w/ Shipping containers (lease)

2
EA
N/C
$ 0.00
4008
F-18 Pylarify Cancellation Fee
4
EA
4009
F-18 Neuraceq Cancellation Fee
4
EA
4010
Ga-68 Dotatate Cancellation Fee
4
EA
4011
Ga-68 PSMA-11 Cancellation Fee
4
EA
4012
Quality Control Dose (camera) 30 mCi
4
Dose or vial
$

$
4013
Quality Control Dose (Intego) 35 mCi

4
Dose or vial

$
$
TOTAL PRICE OPTION YR 4 : $___________________

Description of Requirements for the items to be acquired: See attached Statement of Work for details.

Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Oklahoma City VA Medical Center
921 NE 13th Street
Oklahoma City, OK 73104

52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
If offerors are not able to provide a quote for all of the items listed in section (v) above, they are welcome to submit a quote for the items they are capable of providing. Multiple awards may be made resulting from this solicitation to ensure all of the items are covered for the Medical Center.

State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.

If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.

Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.

All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.

All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; and (II) Price

Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit a narrative in five pages or less (not including licenses and certifications) demonstrating how they are capable of fulfilling the requirements as defined in the Request for Quote and Statement of Work. Offeror must provide copies of licenses and certifications as part of the technical capability submission.

Contractor must be licensed by the Nuclear Regulatory Commission or an Agreement State under equivalent regulations and be regularly established in the business of providing radiopharmaceuticals.

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.

Volume II Price

Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

(End of Addendum to 52.212-1)


52.212-2, Evaluation--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.

The following factors shall be used to evaluate quotations:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. Price

Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.

Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.
Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs),and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s).

(End of Addendum to 52.212-2)

52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission.

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;

FAR 52.203-6
Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (SEP 2006)
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.219-33
Nonmanufacturer Rule (MAR 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225-1
Buy American Supplies (JAN 2021)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
Additional contract requirements or terms and conditions:

52.217-8 Option to Extend Services (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days of contract expiration.

52.217-9 Option to Extend the Term of the Contract (MAR 2000) [use when options are included]
(a) The Government may extend the term of this contract by written notice to the Contractor within 5 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)

VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.

http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar

The following FAR provisions are to be incorporated by reference:

FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)

The following VAAR provisions are to be incorporated by reference:

None

The following FAR clauses are incorporated by reference:

FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to Matt Zorch at paul.zorch@va.gov by 4:00pm ET, July 28, 2023
Name and email of the individual to contact for information regarding the solicitation:
Matt Zorch
Paul.zorch@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 13, 2023 03:12 pm EDTCombined Synopsis/Solicitation (Original)

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 >