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.