Federal Bid

Last Updated on 18 Nov 2009 at 9 AM
Combined Synopsis/Solicitation
Houston Texas

65--Purchase of Radiopharmaceuticals Reagents for Radiology Department at Brooke Army Medical Center.

Solicitation ID W81K00-09-T-0593
Posted Date 14 Sep 2009 at 7 PM
Archive Date 18 Nov 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contract Off Central
Agency Department Of Defense
Location Houston Texas United states 78234
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. This is a solicitation W81K00-09-T-0593 of purchase request W81NWY92298401 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33.

The associated North American Industrial Classification System (NAICS) code for this procurement is 325412. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency.

The requirements of this solicitation are for purchase of Radiopharmaceuticals Reagents for the Radiology Department at Brooke Army Medical Center, Fort Sam Houston, TX 78234. Quantities are to be ordered during the period of date of award through 30 Sep 2010. Payment will be made for actual quantities ordered and received. FOB Destination.

Line Item No. 0001:
Radiopharmaceuticals
Local Stocked items must be delivered in four hours; Items not stocked locally must be delivered in 48 hours. Payment will be made for actual quantities ordered and received. See attached list.
Period of Performance: 1 Oct 09 through 30 Sep 10
Unit Price: $____________ Total Annual Amount: $________________

Line Item No. 0002:
Fuel Surcharge for Delivery. Fuel surcharges for daily delivery of Radiopharmaceuticals.
Period of Performance: 1 Oct 09 through 30 Sep 10
Unit Price: $____________ Total Annual Amount: $_______________

Line Item 0003:
Surcharge per Milicurie of Technetium; $0.23 per milicurie surcharge for technetium products.
Performance Period: 1 Oct 09 through 30 Sep 10.
Unit Price: $____________ Total Annual Amount: $________________

DELIVERY TERMS:

Two scheduled deliveries per day (Monday through Friday from 7:00 a.m. to 5:00 p.m.)
Unit Price: $____________
Each additional scheduled delivery (Monday through Friday from 7:00 a.m. to 5:00 p.m.)
Unit Price: $____________

One scheduled delivery for Saturday during local pharmacy business hours
Additional deliveries will be invoiced as a STAT or emergency delivery.

STAT delivery (all Sunday, holiday, after hours, STAT or emergency orders)
Unit Price: $___________
Pharmacy Call-Out Fee: A pharmacist call-out fee will be assessed for all orders placed on a STAT basis after normal business hours.
Unit Price: $_________________


LIST OF RADIOPHARMACEUTICALS

Product Product Description Unit Pkg Type Price
Code of Measure
102 Tc99m NaTc04 (Bulk) per mCi vial $____
102 Tc99m NaTc04 UD 1-25mCi syringe $____
104 Tc99m PYP (Pyrophosphate) UD 1-25 mCi syringe $____
105 Tc99m MDP (Medronate) UD 1-25 mCi syringe $____
108 Tc99m GLUCEPTATE"
(Glucoheptonate) UD 1-20 mCi syringe $____
109 Tc99m DTPA (Pentetate)
Renal UD 1-25mCi syringe $____
109 Tc99m DTPA (Pentetate)
Aerosol UD 26-40 mCi syringe $____
110 Tc99m TSC (Sulfur Colloid) UD 1-8 mCi syringe $____
111 Tc99m MAA (Macroaggregated
Albumin) UD 1-7 mCi syringe $____
116 Tc99m MAG-3" (Mertiatide)UD 1-15 mCi syringe $____
120 Tr99m DMSA (Succimer) UD 1-5 mCi syringe $____
121 Tc99m HEPATOLITE"
(Disofenin) UD 1-10mCi syringe $____
122 Tc99m MEBROFENIN UD 1-10 mCi syringe $____
125 Tc99m CERETEC
(Exametazime Injection) UD 1-30 mCi syringe $____
Tc99m MYOVIEW
(Tetrofosmin) UD 1-30 mCi syringe $____
255 Tc99m CERETEC
(Exametazime) WBC Labeling per study per study $____
133 Tc99m ACUTECT UD 20-25 mCi syringe $____
327 I-123 ADREVIEW 6-10mCi syringe $____
209 DTPA (Penetate) KIT 10 vial kit $____
210 TSC (Sulfur Colloid) KIT 5 vial kit $____
211 MAA (Macroaggregated
Albumin) KIT 10 vial kit $____
220 DMSA (Succimer) KIT 5 vial kit $____
224 MEBROFENIN KIT 10 vial kit $____
226 ULTRATAG KIT 1 vial kit $____
235 STABILIZED CERETEC
(Exametazime Injection) KIT 5 vial kit $____
755 Lexiscan 5ml syringe $____
301 T1201 (Thallous Chloride) UD per mCi syringe $____
320 I123 (Sodium Iodide I-123
Capsule) 100 uCi each $____
325 I123 (Sodium Iodide I-123
Capsule) 200 uCi each $____
351 In111 INDICLOR" (Indium I11
Chloride) 5 mCi vial $____
352 In111 DTPA (In111 Penetate) 1.5 mCi vial $____
353 In111 OXINE (Oxyquinoline) 1 mCi vial $____
355 In111 LABELED WBC per study per study $____
375 In111 OCTREOSCAN" per study per study $____
420 I131 DIAGNOSTIC CAPSULE 5-100 uCi each $____
430 I131 THERAPY CAPSULE 1-6 mCi each $____
430 I131 THERAPY CAPSULE ea addtl mCi $____
711 Xe133 (Xenon) Gas 10 mCi vial $____
712 Xe133 (Xenon) Gas 20 mCi vial $____
750 METASTRON Sr89 Chloride 4 mCi vial $____
1011 ADENOSCAN 30 ML vial $____
1031 Aminophylline Injection each vial $____
1032 Dobutamine each vial $____

NOTE: The required Salient Characteristics are identified within each Line Item above. This requirement is on an ALL OR NONE basis.

The following FAR and DFARS provisions and clauses apply to this solicitation:


Delivery shall be FOB Destination to Brooke Army Medical Center, Fort Sam Houston, TX. Pricing quote shall include all applicable fees.

The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil

The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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.

The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.232-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal.

The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]:

a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes:

Technical acceptability and price.

1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer.

2. Price.

3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote.

Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 19 Sep 2009, 10:00 A.M., Central Standard Time. Submit offers via email to [email protected].

Place of performance:

Brooke Army Medical Center
Bldg 3600
Patrick OBrien
Radiology Department
3851 Roger Brooke Drive
Fort Sam Houston, TX 78234-6200
UNITED STATES
Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868,
Email [email protected]

Contracting Office Address:
Great Plains Regional Contracting Office
MCAA GP BAMC
3851 Roger Brooke L31-9V
Fort Sam Houston, TX 78234-6200

Point of Contact:
Lydia Trevino, (210) 221-4868


Bid Protests Not Available

Similar Past Bids

Houston Texas 23 Jun 2010 at 4 PM
Location Unknown 27 Aug 2011 at 5 PM
Center Kentucky 31 May 2012 at 12 AM
Center Kentucky 02 Dec 2011 at 3 PM

Similar Opportunities

Fort hood Texas 21 Jul 2025 at 8 PM
Philadelphia Pennsylvania 21 Feb 2029 at 5 AM (estimated)
Fort hood Texas 21 Jul 2025 at 8 PM