The RFP Database
New business relationships start here

Radiopharmaceuticals


Tennessee, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Department of Veterans Affairs Medical Center, Network Contracting Office NCO 9, on behalf of the Memphis VA Medical Center is conducting market research through this sources sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below. The North American Industry Classification System (NAICS) Code for this acquisition is 325412. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation, and it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.
The Government is particularly interested in identifying Service Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned-Small Business (VOSB) and their capability. The Government is seeking potential sources to provide Radiopharmaceuticals for the VA Medical Center, Memphis, TN. This notice is to assist the VA in determining sources only. This is not a solicitation for proposals or quotes. A solicitation will issued at a later date and time. All information submitted in response to this source sought notice is considered voluntary.
CCR: Interested parties should register in the SAM as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov.
STATEMENT OF WORK
RADIOPHARMACEUTICALS VAMC MEMPHIS / NUCLEAR MEDICINE

SCOPE/DELIVERY:
All orders will be agreed upon between the offeror and the Department of Veterans Affairs prior to shipment.
No delivery charge shall be made for additional deliveries during normal working hours, Monday through Friday 6:30a.m. -4:30p.m CST.
Offeror will provide the VAMC - Memphis with four scheduled deliveries per day at no charge.
Requests for emergency doses shall be delivered within 45 minutes of placing the order. Emergency and priority studies consist of 20% -30% of the daily schedule. Radioactive shipments prepared in advance to anticipate emergency or routine studies are not acceptable.
The contractor must be able to provide emergent radiopharmaceuticals within an hour.
The contractor must be able to provide bar coding compatible to the Biodose system so we can accurately track incoming radioactive material.
Any substitutions of product shall have the written approval of the VA Nuclear Medicine Service and the Contracting Officer or his/her designee.
All defective or inferior products shall be replaced within 2 hours at no costs to the VA.
It is the Contractor s responsibility to provide the VA with recall notices on any product that has been delivered to the VA that may be defective. Notification shall be made to the Contracting Officer via the most expedient method.
The first daily delivery shall be made to Nuclear Medicine (Room G111) by 6:30 a.m. unless prior authorization arrangements have been made. Subsequent deliveries will likewise be made as described above as needed.
Weekend (Saturday/Sunday) and all Federal Holiday (or any other day specifically declared by the President of the United States to be a national holiday) deliveries shall be made by contacting the Veterans Medical Center Police to unlock the Nuclear Medicine Department (Room G 111) for placement of the packages.
All unit dose radiopharmaceuticals delivered must have a bar code with it so the dose can be scanned into the department s dose tracking system that it owns.
All radiopharmaceuticals shall be delivered in unit dose form in lead-shielded containers. Plastic shrink wrap fitted at union of container cap and base to ensure proper seal.
Federal Holidays:
New Year's Day
Martin Luther King's Birthday
President's Day
Memorial Day
Independence Day
Labor Day
Columbus Day
Veterans Day
Thanksgiving Day
Christmas Day

PERFORMANCE/QUALITY:
Contractor shall provide evidence of special driver s licenses (competency) due to transporting hazardous materials. Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, F.D.A., OSHA and all other agency rules and regulations (Federal and State).

Contractor shall test all products for Quality Control periodically and only those products that pass quality control may be sent to the VA. This testing shall be performed at no cost to the VA. The contractor will provide a detailed description of the test upon request.

All products are purchased subject to acceptance by the VA, Nuclear Medicine Service. Products that fail to meet Quality Control criteria of Nuclear Medicine will not be accepted. Products will be rejected and may be discarded if found unsatisfactory by the Nuclear Medicine s Quality Control when they are received, or later if deterioration of the product occurs before the expiration date. The VA will not be financially liable for unacceptable materials.

All products shall be tested for Quality Control by the supplier and only those products that pass Quality Control may be sent to the VA Nuclear Medicine Service. The supplier will demonstrate documentation of Quality Control performance of any item upon request of the VA Nuclear Medicine Service.

Contractor shall pick up scheduled items, used and unused, for proper disposal.

The contractor will provide a quarterly linearity source at no charge. The activity requested can range from 25 to 300 mCi.

Contractor will perform Quality Control on each agent dispensed. Contractor shall perform all Quality Control procedures as required by Federal and State regulatory agencies.

Contractor shall provide leukocyte and platelet labeling services, including weekends. If the volume warrants, leukocyte and platelet labeling will be available as a same day service.

All radiopharmaceuticals shall be calibrated and labeled with concentration, calibration, time, total volume, total activity, lot number and prescription number.

All technetium products shall be tested for molybdenum contamination and the amount of molybdenum present shall be stated.

Product information including supplier's source of radiopharmaceuticals, package inserts, results of quality control testing performed by supplier and copies of supplier's license and procedures shall be provided at no additional charge.

The VA Staff of Nuclear Medicine Technologists who will be authorized to place telephone orders will be provided under the resultant contract.

Contractor/supplier shall abide by (CFR 10) Title Code of Federal Regulations, which states: a Licensee may use for medical use only:

By-product material 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.

Reagent kits that have been manufactured, labeled, packed and distributed in accordance with the approval by the Commission pursuant to S32.73 or an Agreement State under equivalent regulations for the preparation of radiopharmaceuticals for medical use.

Contractor shall meet all Nuclear Regulatory Commission (NRC), Department of Transportation, F.D.A., OSHA and all other agency rules and regulations (Federal and State). Contractor must be NRC certified.

ADVISORY CONSULTATION AND INVOICING:
Contractor shall be paid monthly, in arrears, upon submission monthly of a properly prepared invoice for services/supplies during the period. Said invoices will be reviewed by the Contracting Officer s Representative (COR) for accuracy and any discrepancies corrected and a new invoice issued before payment is issued. All invoices will include the contract number, date of services, name of patient, and an itemized listing of charges.
Nuclear Medicine shall be provided with copies of invoices.

Contractor shall not add to the invoice the cost of overages. Any cost to replace damaged or incorrect products will be at the cost of the contractor. Replacements shall be received within 2 hours of notification by the VA.

Consultation service regarding radiopharmaceutical applications, problems, controls, etc., shall be provided upon request at no charge.

4. SPECIAL CONTRACT REQUIREMENTS
1. The contractor will be required to attend a Post Award Orientation Conference prior to start of work. The purpose of the conference is to aid both Government and contractor personnel to (1) achieve a clear and mutual understanding of all contract requirements, and (2) identify and resolve potential problems. It is not a substitute for the contractor's fully understanding the work requirements at the time offers are submitted, nor is it to be used to alter the final agreement arrived at in any negotiations leading to contract award. The date, time, and location of the conference shall be schedule by the Contracting Officer. The conference may be conducted via teleconference if deemed appropriate.
2. QUALIFICATIONS: Personnel assigned by the contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. The qualifications of such personnel shall also be subject to review by the VA Chief of Staff and approval by VA Facility Director.
3. PERSONNEL POLICY: The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel. Worker's compensation Professional liability insurance Health examinations: Income tax withholding and Social Security payments. The parties that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the contractor.

CLIN Supplies
ISOTOPE (estimated activity)
Product Code#
EST QTY
UNIT COST
TOTAL COST
0001 NUC MED Thyroid Uptake & ScanB B B B B B B B B B B B
I-123- 400 uCi
102335
50
B
B
0002 NUC MED CA METS THYROID IMAGINGB B B B B B B B B B B B
I -123 - 5 mCi mini cap
102332
10
B
B
0003 NUC MED MARROW BONE IMAGINGB B B B B B B B B B B B B B B B
99mTc Sulfur Colloid - 10 mCi
103003
100
B
B
0004 NUC MED LYMPHOSCINITIGRAPHYB B B B B B B B B B B B B B B B
99mTc Filtered S.C. - 1 mCi
102943
25
B
B
0005 NUC MED HEMANGIOMA LIVERB B B B B B B B B B B B B B B B B B B
99mTc 04 - 25 mCi
102984
200
B
B
0006 NUC MED SPECT LIVERB B B B B B B B B B B B B B B B B B B B B B B B
99mTc 04 - 25 mCi
102984
50
B
B
0007 NUC MED LIVER/SPLEENB B B B B B B B B B B B B B B B B B B B B B B B
99mTC Sulfur Colloid - 5 mCi
103003
25
B
B
0008 NUC MED HEPATOBILIARY/GALLBLADDERB B B B B B B B B B
99mTc Choletec 5 mCi
102974
150
B
B
0009 NUC MED GASTRIC EMPTYINGB B B B B B B B B B B B B B B B B B
99mTc Sulfur Colloid 1.0 mCi
103003
100
B
B
0010 NUC MED GASTRIC EMPTYINGB B B B B B B B B B B B B B B B B B
99mTc DTPA - 1 mCi
102990
50
B
B
0011 NUC MED GI BLOOD LOSS IMAGINGB B B B B B B B B B B B B B
99mTc 04 - 25 mCi
102984
100
B
B
0012 NUC MED MECKELS LOCALIZATIONB B B B B B B B B B B B B B B B
99mTc 04 - 15 mCi
102984
25
B
B
0013 NUC MED BONE SCAN, WHOLE BODYB B B B B B B B B B B B
99mTc MDP - 20 mCi
102977
400
B
B
0014 NUC MED BONE (III PHASE)B B B B B B B B B B B B B B B B B B B
99mTc MDP - 20 mCi
102977
100
B
B
0015 NUC MED REST/REST MYOCARDIUM (SPECT)B B B B B B B B B B B B B B B B B
Tl-201 - 4 mCi
103039
20
B
B
0016 NUC MED GATED HEART/MUGAB B B B B B B B B B B B B B B B B B B
99mTc 04 - 25 mCi
102984
100
B
B
0017 NUC MED LUNG PERFUSION V/QB B B B B B B B B B B B B B B B B
99mTc MAA 6 mCi
102970
350
B
B
0018 NUC MED PULMONARY QUANTITATIVEB B B B B B B B B B B B B
99mTc MAA - 6 mCi
102970
200
B
B
0019 NUC MED RENAL SCAN & FLOWB B B B B B B B B B B B B B B B B
99mTC MAG3- 10 mCi
102980
250
B
B
0020 NUC MED RENAL LASIXB B B B B B B B B B B B B B B B B B B B B B B B B
99mTc MaAG3 - 10 mCi
102980
50
B
B
0021 NUC MED TUMOR LOCALIZATION, WHOLE BODYB B B B B B
Ga-67 - 6 mCi
102279
5
B
B
0022 NUC MED NEUROENDOCRINE TUMOR LOCALIZATIONB B B B
In-111 Pentetreotide (Octreotide) - 6 mCi
102400
20
B
B
0023 NUC MED GALLIUM (ABSCESS)B B B B B B B B B B B B B B B B B B
Ga-67 - 5 mCi
102279
5
B
B
0024 NUC MED WHITE BLOOD CELL LOCALIZATIONB B B B B
In-111 Oxine Leukocytes - .5 mCi
102410
25
B
B
0025 RADIOPHARMACEUTICAL THERAPY THYROID
I-131 - physician determined
102372
10
B
B
0026 NUC MED CISTERNOGRAM
In-111 DTPA - .5 mCi
102396
5
B
B
0027 NUC MED PARATHYROIDB B B B B B B B B B B B B B B B B B B B B B B B
99mTc Sestamibi (Cardiolite) - 25 mCi
103344
100
B
B
0028 PET IMAGE WITH CT WHOLE BODYB B B B B B B B B B B B B B
F-18 FDG - 15 mCi
102192
500
B
B
0029 MYOCARDIAL PERFUSION SINGLE STUDY HIGH DOSE
99mTc Sestamibi (Cardiolite) - 30 mCi
102994
2000
B
B
0030 B MYOCARDIAL PERFUSION MULTIPLE STUDY LOW DOSEB
99mTc Sestamibi (Cardiolite) - 10 mCi
102994
1500
B
B
0031 Lobenguane Sulfate (Adreview)
I-123 MIBG 1-10 mCi
102330
10
B
B

CLIN DESCRIPTION
Product Code#
Estimated Quantity
Unit Cost
Total Cost
0032 ULTRATAG RBC 5 VIAL KIT / BIODEX STOCK NO. N068B0
103080
40
B
B
0033 A/C MASK, BACTERIA FILTER, ULTRAFLEX TUBING / BIODEX
103112
100
B
B
0034 DRIERITE, 1 LB / BIODEX STCK NO. 139-101
102126
8
B
B
0035 SODA-LIME, 1 LB /BIODEX STOCK NO. 130-019
102773
8
B
B
0036 KINEVAC Sincalide for injection 5mcg
102765
25
B
B
0037 HESPAN/HEPARIN SYRINGE FOR WBC BLOOD TAG
102405
20
B
B
0038 PHARMACIST CALLOUT AFTER HOURS
198001
8
B
B
0039 CO 57 RECTANGULAR 10 mCi COLBALT FLOOD
102001
1
B
B
0040 Lymphoscintigraphy (Lymphoseek) Product Code A9529
103931
25
B
B
0041 Brain Perfusion Imaging Tc99m HMPAO (Ceretec)
102940
10
B
B

Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Lori.Ellis2@va.gov no later than April 7, 2017 at 10:00 AM, Central Time with the following information/documentation:
1. Name of Company, Address and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: a. HuBZone Small Business ; b. Service-Disabled Veteran Owned Small Business (SDVOSB); c. Veteran Owned Small Business (VOSB); d Small Business; e. Large Business
4. Documentation Verifying Small Business Certification:
a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
b. If claiming SDVOSB/VOSB status, provide documentation that shows the business is VetBiz certified.
d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 325412.

Lori L Ellis
615-225-6338
Lori.Ellis2@va.gov

Lori.Ellis2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP