6505--Radiopharmaceuticals RMR VAMC 5-year IDIQ
ID: 36C25926Q0144Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for radiopharmaceuticals at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement aims to secure a reliable supply of various radiopharmaceuticals and related services, ensuring compliance with federal regulations and quality standards, while providing timely deliveries for medical diagnostic and therapeutic procedures. This contract has a guaranteed minimum value of $4,000 and a maximum ceiling of $3,000,000, with proposals due by 2:00 PM ET on January 20, 2026. Interested vendors should direct inquiries to Contract Specialist Chris Hollingsworth at Christopher.Hollingsworth2@va.gov.

    Point(s) of Contact
    Chris HollingsworthContract Specialist
    (303) 712-5724
    Christopher.Hollingsworth2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Radiopharmaceuticals for the Rocky Mountain Regional VAMC. This is a firm-fixed-price contract with a five-year ordering period, a guaranteed minimum of $4,000, and a maximum of $3,000,000. Proposals are due by January 20, 2026, 2:00 PM ET, and must be emailed. The evaluation will consider technical capability, price, completion of the Buy American Certificate, and past performance. Offerors must be an OEM, authorized dealer, distributor, or reseller, and no gray market or remanufactured items are acceptable. The solicitation includes various FAR and VAAR clauses, emphasizing compliance and specific requirements for proposal submission.
    The document outlines a comprehensive list of radiopharmaceuticals, related medical supplies, and associated delivery fees. It details various isotopes such as F-18 FDG UD, F-18 NAF UD, Ga-67 Gallium Citrate UD, I-123 NaI capsules, I-131 NaI caps, In-111 Pentetreotide UD, and a wide range of Tc-99m labeled compounds including Exametazime Brain UD, Filtered SC UD, Macroaggregated Albumin (MAA), Mebrofenin UD, Medronate UD, Mertiatide UD, NaTco4 UD, Oxidronate UD, Pentetate Renal UD, Pentetate UD-aerosol ventilation, Pyrophosphate UD, Sestamibi UD, Sulfur Colloid UD, Tetrofosmin UD, and Tilmanocept (Lymphoseek). The list also includes Ga-68 Prostate Specific Membrane Antigen Isotope (Illucix) and its cancellation fee, In-111 Oxine-labeled WBCs with labeling service, In-111 WBC blood collection kits, Tc-99m Ceretec-labeled WBCs, Tc-99m NaTco4 UD with calibration sources, Tl-201 Thallous Chloride, and Ultratag Vials. Additionally, the file specifies service charges such as Pharmacist Call-out Fee, I-123 NaI Cap Cancellation Fee, and various weekday and weekend delivery fees, including a Weekday STAT Order Delivery Fee. Each item has an estimated quantity, unit, and unit price, indicating procurement for medical diagnostic and therapeutic procedures, as well as logistical and support services.
    The “Buy American Certificate” provision, outlined in FAR 52.225-2, mandates that offerors certify whether their end products are domestic or foreign. Offerors must list foreign end products, indicating their country of origin and whether they exceed 55% domestic content, excluding COTS items. They must also identify domestic end products containing critical components. The provision defines key terms such as “commercially available off-the-shelf (COTS) item,” “critical component,” “domestic end product,” “end product,” and “foreign end product.” The government evaluates offers based on Federal Acquisition Regulation part 25 policies. This certificate ensures compliance with Buy American Act requirements in federal procurement processes.
    The provided document, titled
    The Statement of Work outlines requirements for a contractor to provide radiopharmaceuticals and related services to the VA Eastern Colorado Healthcare System. Key provisions include supplying various kits and unit doses, adhering to Title 10 Code of Federal Regulations, and ensuring 24/7 order availability. The contractor must provide up to two free weekday deliveries, with morning doses by 6:45 a.m. and afternoon doses by 12:00 p.m. STAT orders require delivery within 90 minutes. All products must be in stock daily and emergently. The contractor is responsible for quality control, compliance with federal and state regulations (NRC, NHPP, DOT, FDA, USP 797, USP 825), and providing documentation upon request. Deliveries must consist of unit doses, labeled with specific information. Damaged or incorrect items must be replaced free of charge. The document also details comprehensive information security and privacy requirements, including data protection, access controls, mandatory training, and incident reporting procedures, emphasizing strict adherence to VA and federal guidelines for handling sensitive information.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6505--VA Phoenix and Tucson Radiopharmaceuticals IDIQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide radiopharmaceuticals through a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the VA Phoenix and Tucson Healthcare Systems in Arizona. The procurement aims to identify potential sources capable of supplying a variety of radiopharmaceuticals, with daily ordering and next-day delivery requirements, ensuring compliance with federal and state regulations. This initiative is critical for supporting the healthcare needs of veterans, as these radiopharmaceuticals are essential for diagnostic and therapeutic procedures. Interested parties must submit their capabilities statements and relevant information by January 13, 2026, to Hestia Sim at Hestia.Sim@va.gov, as this request is for information and planning purposes only and does not constitute a solicitation.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    6505--6505 - VISN 2 DOWNSTATE GENERAL RADIOPHARMACEUTICALS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified businesses to provide radiopharmaceuticals and related supplies for the VISN 2 Downstate Facilities located in New York and New Jersey. The procurement involves daily delivery of unit and bulk dose radiopharmaceuticals, quality control (QC) procedures, and miscellaneous supplies necessary for nuclear medicine diagnostic and therapeutic procedures at various VA Medical Centers. This opportunity is critical for ensuring the availability of essential medical products and services to support the health care needs of veterans. Interested parties must respond with their company information, socio-economic status, and a capability statement by January 14, 2026, at 15:00 Eastern Time, to Contracting Officer Paul Speedling at Paul.Speedling@va.gov.
    Radiopharmaceuticals for Temple Texas VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide radiopharmaceuticals for the Olin E. Teague VA Medical Center in Temple, Texas, through a short-term contract lasting six months. This procurement is critical for the Nuclear Medicine Department, as the radiopharmaceuticals are essential for medical imaging and therapeutic treatments for various carcinomas, with a total estimated procurement cost of $445,000. The urgency of this requirement is underscored by the short shelf-life of the products, necessitating timely delivery to ensure continuous patient care for veterans. Interested vendors can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 for further details.
    Radiopharmaceutical Laboratory Services (RLS) MAMC
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office Pacific, is seeking qualified vendors to provide Radiopharmaceutical Laboratory Services for the Madigan Army Medical Center (MAMC) in Tacoma, Washington. The procurement includes a range of radiopharmaceuticals such as Technetium (Tc99m), Iodine (I-123, I-131), and related medical supplies, with a focus on FDA-approved materials and compliance with Joint Commission and USP 825 standards. These services are critical for supporting medical operations at the facility, ensuring timely access to essential radiopharmaceuticals for patient care. Interested vendors must submit their quotes by 10:00 AM PDT on January 15, 2026, to the primary contacts, Cindy Means and Scott Barr, with deliveries scheduled from January 31, 2026, to January 30, 2031.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, with a performance period from January 2, 2026, to December 31, 2026. This service is critical for ensuring timely and accurate diagnostic imaging for veterans, adhering to strict standards set by the VA and other regulatory bodies. Interested parties must submit their proposals by January 27, 2026, at 2:00 PM CST, and can contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further information.
    Pharmaceutical Repackaging Services for National CMOP (770)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for pharmaceutical repackaging services for the National Consolidated Mail Outpatient Pharmacy (CMOP) program. The contract, identified as 36C77026R0004, is a firm-fixed-price, indefinite-delivery agreement intended to support the repackaging of government-purchased oral solid pharmaceuticals into various bottle sizes for distribution to over 7 million veterans. The contract spans a five-year ordering period from February 1, 2026, to January 31, 2031, with a potential six-month extension, and has a minimum value of $20 million and a maximum value of $125 million. Interested contractors should contact Renee Kreutzer at renee.kreutzer@va.gov for further details and must submit their proposals by the specified deadlines, ensuring compliance with all relevant regulations and standards.
    Teleradiology Services for the Augusta VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Augusta VA Health Care System, specifically seeking Board Certified/Board Eligible Radiologists and Nuclear Medicine Physicians. The contract, under requisition number 36C24726Q0170, aims to provide diagnostic interpretation and reporting services over two ordering periods from April 1, 2026, to March 31, 2028, with an estimated maximum value of $9.5 million. These services are crucial for maintaining high standards of patient care and must comply with American College of Radiology Guidelines, TJC, and VA standards, while ensuring contractors manage qualified personnel and adhere to extensive credentialing and training requirements. Interested parties should contact Matthew Durden at matthew.durden@va.gov or Jason Compton at jason.compton1@va.gov for further details.
    Acquisition of Radioactive products (PLUVICTO and LUTATHERA)
    Dept Of Defense
    The Defense Health Agency (DHA) is planning to award a Firm-Fixed Price contract for the acquisition of radioactive products, specifically PLUVICTO and LUTATHERA, which are essential for imaging patients' diseases. These products must be U.S. FDA Approved and are to be supplied by Novartis Pharmaceuticals Corporation, the designated manufacturer. The total estimated cost for this procurement is $578,754.32, and interested parties are invited to express their interest and submit a capabilities statement by January 11, 2026, at 7:00 AM EST. For further inquiries, Malcolm Dodson can be contacted at malcolm.dodson.ctr@mail.mil or by phone at 703-275-6322.
    RFP-797-655A-03-0001-R6: 65VA X-Ray Equipment & Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule, specifically identified as RFP-797-655A-03-0001-R6. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at providing essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation is open and continuous, allowing new offers to be submitted at any time, with contract performance expected to commence upon award and last for five years unless otherwise modified. Interested parties can reach the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.