Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOLICITATION NOTICE

65 -- NUCLEAR MEDICINE RADIOPHAMACEUTICALS

Notice Date
5/1/2025 9:20:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0403
 
Response Due
5/9/2025 1:00:00 PM
 
Archive Date
07/08/2025
 
Point of Contact
Peyton Wilkerson, Contract Specialist, Phone: 303-712-5831
 
E-Mail Address
peyton.wilkerson@va.gov
(peyton.wilkerson@va.gov)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for Nuclear Medicine Radiopharmaceuticals This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0403 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This acquisition is an Unrestricted solicitation. The North American Industry Classification System (NAICS) code is 325412 Pharmaceutical Preparation Manufacturing with a small business size of 1,300 Employees. The Product Code is Q527 Medical Nuclear Medicine. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office (NCO) 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne VA Medical Center. The Contractor shall submit prices for radiopharmaceuticals: (208) Xe133 20mCi Vials, (26) Albumin Aggregated (MAA) Kit, (40) Mebrofenin (Choletec) Kit, (30) Mebrofenin (Generic) Kit, (20) Medronate (MDP) Kit, (30) Albumin Aggregated Tc-99m Non-HEU, (60) Sodium Pertechnetate Tc-99m - Pre-Cal Over Time Limit, (40) Sodium Pertechnetate Tc-99m - Act Over Dose Range mCi, (140) Sodium Pertechnetate Tc-99m Non-HEU - Multi-Dose Quantity, (120) Sodium Pertechnetate Tc-99m Non-HEU, (90) Sodium Pertechnetate Tc-99m Non-HEU, (90) I-123 Capsule (200uCi), (80) Mebrofenin (Generic) Tc-99m Non-HEU, (85) Medronate (MDP) Tc-99m Non-HEU, (85) Mertiatide (MAG-3) Tc-99m Non-HEU, (85) Pyrophosphate (PYP) Tc-99m Non-HEU, (60) Sestamibi Tc-99m Non-HEU, (45) Sulfur Colloid Tc-99m Non-HEU, (28) Oxidronate (HDP) Tc-99m Non-HEU (Amyloid), (2) Co-57 sheet source. The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO). Description and Pricing Schedule: All interested businesses shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: Cheyenne VA Medical Center 2360 E. Pershing Blvd Cheyenne, WY 82001 Brand Name or Equivalent: Item Number Description Quantity Unit of Measure Unit Price Extended Price 0001 Xe133 20mCi Vials 208 EA 0002 Albumin Aggregated (MAA) Kit 26 EA 0003 Mebrofenin (Choletec) Kit 40 EA 0004 Mebrofenin (Generic) Kit 30 EA 0005 Medronate (MDP) Kit 20 EA 0006 Albumin Aggregated Tc-99m Non-HEU 30 EA 0007 Sodium Pertechnetate Tc-99m - Pre-Cal Over Time Limit 60 EA 0008 Sodium Pertechnetate Tc-99m - Act Over Dose Range mCi 40 EA 0009 Sodium Pertechnetate Tc-99m Non-HEU - Multi-Dose Quantity 140 EA 0010 Sodium Pertechnetate Tc-99m Non-HEU 120 EA 0011 Sodium Pertechnetate Tc-99m Non-HEU 90 EA 0012 I-123 Capsule (200uCi) 90 EA 0013 Mebrofenin (Generic) Tc-99m Non-HEU 80 EA 0014 Medronate (MDP) Tc-99m Non-HEU 85 EA 0015 Mertiatide (MAG-3) Tc-99m Non-HEU 85 EA 0016 Pyrophosphate (PYP) Tc-99m Non-HEU 85 EA 0017 Sestamibi Tc-99m Non-HEU 60 EA 0018 Sulfur Colloid Tc-99m Non-HEU 45 EA 0019 Oxidronate (HDP) Tc-99m Non-HEU (Amyloid) 28 EA 0020 Co-57 sheet source 2 EA 0021 Delivery Charges 261 EA Total Price: $_______________ FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). 5) Completed FAR 52.225-2 Buy American Certificate Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services Award will be in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. The following are the decision factors: Technical, Price, and Past Performance. (1) Technical: Technical Capability Offerors shall submit documentation illustrating a clear description to which it can meet and/or exceed the Government s performance requirements identified in the PWS/SOW and based on the information requested in the instructions to offerors section of the solicitation. Details of how the proposed effort will be assigned within the corporate entity and among any proposed subcontractors needs to be provided. There is an eight (8) page limit, any pages after page 8 will not be evaluated. (2) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. (3) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020). FAR 52.209-5 Certification Regarding Responsibility Matters (AUG 2020) FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) FAR 52.216-18 Ordering (AUG 2020) July 1, 2024, to June 30, 2029 FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.223-6 Drug-Free Workplace (MAY 2001) FAR 52.224-1 Privacy Act Notification (APR 1984) FAR 52.224-2 Privacy Act (APR 1984) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.243-1 Changes-Fixed-Price Alternate I (APR 1984) FAR 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.211-76 Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023) 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 852.242-71 Administrative Contracting Officer (OCT 2020) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) Alternate I (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020). FAR 52.204-15, Service Contract Reporting Requirements (OCT 2016) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.219-8, Utilization of Small Business Concerns (FEB 2024) FAR 52.219-28, Post Award Small Business Program Representation (SEP 2023). FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020). FAR 52.222-3, Convict Labor (JUN 2003). 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) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018). FAR 52.222-49 Service Contract Labor Standards Place of Performance Unknown (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.222-54, Employment Eligibility Verification (MAY 2022). FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020). FAR 52.224-3, Privacy Training (JAN 2017). FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). No additional clauses apply. This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due May 9, 2025, by 14:00, local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than May 6, 2025, by 14:00, local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Peyton Wilkerson via email at: Peyton.Wilkerson@va.gov. Inquiries submitted via telephone will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2f8ec0701cf49c79968b20f4c535590/view)
 
Place of Performance
Address: VA Cheyenne Health Care Cheyenne VA Medical Center 2360 E. Pershing Blvd, Cheyenne, WY 82001, USA
Zip Code: 82001
Country: USA
 
Record
SN07428452-F 20250503/250501230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.