6505--Radiopharmaceutical Isotopes (Cardiology)
ID: 36C25225Q0290Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified small businesses for the provision of radiopharmaceutical isotopes specifically for use in nuclear cardiology procedures at the William S. Middleton Memorial Veterans Hospital in Madison, WI. The procurement aims to secure isotopes such as 99mTc-Tetrofosmin and 131I-Sodium Iodide, which are critical for diagnostic testing and quality assurance, with a contract period extending from April 1, 2025, to March 31, 2030, and options for renewal. Vendors must ensure compliance with safety regulations, quality control, and confidentiality in handling patient data, while providing robust ordering systems and next-day service capabilities. Interested parties should contact Contracting Officer Stacy Massey at Stacy.Massey@va.gov or 414-844-8400 for further details and to submit their quotes by the specified deadlines.

    Point(s) of Contact
    Stacy MasseyContracting Officer
    (414) 844-8400
    Stacy.Massey@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for the provision of radiopharmaceutical isotopes for use in nuclear cardiology procedures at the William S. Middleton Memorial Veterans Hospital in Madison, WI. This combined synopsis/solicitation aims to procure specific isotopes used for diagnostic testing and quality assurance, covering a contract period from April 1, 2025, to March 31, 2030, with options for renewal. Interested small businesses are invited to submit quotes for a range of products, including 99mTc-Tetrofosmin and 131I-Sodium Iodide, with detailed specifications for quantity and unit prices listed. The contractor must hold the necessary licenses to produce and distribute these isotopes and ensure safe handling, delivery, and adherence to all relevant regulations. Emphasis is placed on quality control, confidentiality in handling patient data, and compliance with federal guidelines for radioactive materials. Vendors must provide robust systems for ordering and fulfillment, including next-day service capabilities, with monitoring and inspection standards to be upheld for all delivered products. Award decisions will be based on price and technical features, underscoring the government’s priority for service quality and compliance in healthcare delivery.
    The document is an addendum to the FAR 52.212-1 Instructions to Offerors for commercial products and services as part of a government Request for Quote (RFQ). It outlines the procedures, requirements, and expectations for submitting quotes. Key sections detail the NAICS codes and small business size standards relevant to the acquisition, emphasizing distinctions for various business classifications, such as HUBZone and veteran-owned businesses. Quoters must submit signed quotes that include specific information such as solicitation number, contact details, product descriptions, pricing, and acknowledgment of amendments. The document sets forth rules regarding the acceptance period for quotes, the submission of product samples when required, and the handling of late submissions, stating that late quotes may only be considered under certain conditions. Additionally, it mentions that multiple quotes are encouraged to provide alternative solutions. Crucially, the Government reserves the right to choose suppliers based on best value rather than lowest price, and may even split awards among multiple vendors. The document aims to ensure a transparent and structured process for government procurement, which aligns with fostering competition and inclusion of small businesses in government contracts.
    The document outlines the evaluation criteria for a government solicitation under the RFQ 36C25225Q0290, specifically detailing the assessment for commercial products and services. The main purpose is to describe how quotations from suppliers will be evaluated based on technical features and price, according to the comparative evaluation process specified in FAR 13.106-2 (b)(3). Quotations must meet minimum requirements, and the government will consider 'equal' products that meet necessary specifications. The assessment will include an aggregated total of prices for both the basic requirements and any options provided. The government's approach allows for consideration of non-lowest price quotations if they demonstrate added value. This structured evaluation process ensures that the best overall benefit to the government is prioritized in award decisions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Radiopharmaceuticals - Naval Medical Center Portsmouth
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for the provision of radiopharmaceuticals to the Naval Medical Center Portsmouth, with a contract period extending from April 1, 2025, to March 31, 2030. The procurement encompasses a range of medical isotopes and imaging agents, including Tc-99m Medronate, I-123 NaI, and F-18 FDG, which are critical for various diagnostic and therapeutic applications in cancer treatment and medical imaging. This initiative underscores the government's commitment to ensuring the availability of essential medical resources to support public health initiatives, with a focus on compliance with safety regulations and quality standards. Interested vendors must submit their proposals by March 11, 2025, and direct any inquiries to Carol Uebelacker at carol.e.uebelacker.civ@health.mil or by phone at 210-952-8111.
    6525--Nuclear Medicine NEURACEQ F-18 FLORBETABEN PET DEP
    Buyer not available
    The Department of Veterans Affairs is seeking small business vendors to provide F-18 Florbetaben PET doses for the Lexington VA Medical Center, as outlined in the combined synopsis and solicitation (RFQ 36C24925Q0157). The procurement involves a five-year contract for the delivery of specified quantities of radiopharmaceuticals, with orders required to be placed 24 hours prior to patient studies and delivered 15-30 minutes before calibration time. This initiative is crucial for ensuring timely access to essential medical imaging supplies, thereby enhancing the quality of healthcare services provided to veterans. Interested vendors must submit their quotes by March 6, 2025, and can direct inquiries to Contract Specialist Ayslin Kennett at Ayslin.Kennett@va.gov.
    6505--Radiopharmaceuticals For The Portland VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of radiopharmaceuticals for the Portland VA Medical Center. This opportunity, identified by solicitation number 36C26025Q0237, aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply essential nuclear medicine supplies, ensuring 24/7 availability and prompt delivery for patient care. The procurement is particularly significant as it supports the medical needs of veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their proposals by March 28, 2025, at 13:00 Pacific Time, and can direct inquiries to José Ronstadt at jose.ronstadt@va.gov or by phone at 360-852-9885.
    6505--Lab supplies - Radiopharm - Amyvid
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a five-year indefinite delivery indefinite quantity (IDIQ) contract to supply Amyvid injectables for Positron Emission Tomography (PET) imaging at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia, Pennsylvania. The contract will require an estimated thirty-six doses of Amyvid per year, which are critical for diagnosing Alzheimer's disease in veterans. Proposals are due by 3:00 PM EST on March 6, 2025, with questions accepted until March 4, 2025, and the total contract value is capped at $1,000,000. Interested vendors must comply with federal regulations and safety guidelines, and they can contact Contracting Officer Victoria Droz at Victoria.Droz@va.gov or 814-515-4454 for further information.
    6505--Notice of Intent to Sole Source F18 Piflufolastat (PYLARIFY) Doses for PET/CT for Overton Brooks VA Medical Center, Shreveport, LA
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract to Progenics Pharmaceuticals, Inc. for the provision of 200 doses of F-18 Pifluflostat (PYLARIFY) for the Overton Brooks VA Medical Center in Shreveport, LA. The contractor must be licensed and experienced in supplying radiopharmaceuticals, ensuring compliance with regulatory standards set by the Nuclear Regulatory Commission and the FDA, and providing daily or as-needed deliveries to the facility's Nuclear Medicine department. This specialized radiopharmaceutical is crucial for PET imaging in prostate cancer patients, reflecting the government's commitment to high healthcare standards and patient safety. Interested vendors must submit their capability statements by March 3, 2025, and all inquiries should be directed to the contracting officer, Ross Futch, at ross.futch@va.gov or by phone at 713-770-2830.
    6515--ACIST CVi Contrast Dye Injector System, Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source Firm-Fixed Price contract for an ACIST CVi Contrast Dye Injector System, specifically intended for the Iowa City VA Health Care System. This procurement includes the unique injector system and a mobile cart that must meet stringent technical specifications, such as precise flow rates, dual-syringe capabilities, and safety features like air detection technology. The acquisition is crucial for enhancing the operational capabilities of the VA's healthcare system, with a total contract value anticipated to be under $250,000. Interested vendors must submit their responses by March 3, 2025, to Contract Specialist Savannah Weberg at savannah.weberg@va.gov, ensuring compliance with the outlined requirements and submission guidelines.
    6525--SEP 2024 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement and installation of high-tech medical equipment (HTME) with extended installation services, specifically focusing on turnkey solutions for various VA facilities. The objective is to enhance healthcare delivery through the acquisition of advanced imaging technology, including digital radiography systems and computed tomography (CT) scanners, which are critical for improving diagnostic capabilities and patient care for veterans. This initiative underscores the VA's commitment to modernizing its medical infrastructure to meet the growing demands of healthcare services while ensuring compliance with federal standards. Interested vendors must submit their proposals by March 12, 2025, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov.
    6835--VISN 15 Medical Gases Questions and Answers
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a firm fixed price contract related to the rental and maintenance of medical gases under solicitation number 36C77625Q0049 for the Veterans Integrated Service Network (VISN) 15. The procurement involves the supply, transport, and management of various medical gas cylinders and liquid containers, including oxygen, helium, nitrogen, and carbon dioxide, with a contract duration spanning five years from August 30, 2025, to August 29, 2030. This initiative is crucial for ensuring the availability of essential medical resources to support healthcare services for veterans. Interested vendors must submit their quotes by March 3, 2025, at 5:00 PM Central Time to the designated Contracting Officer, Charles Morin, at charles.morin@va.gov, with a total contract ceiling of $6,975,000 and a guaranteed minimum of $25,000.
    6640--MADSEN CAPELLA PROBE 36C252-25-AP-1705
    Buyer not available
    The Department of Veterans Affairs is seeking quotes from qualified vendors for the procurement of Madsen Capella 2 Probes and related equipment, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement aims to acquire essential medical diagnostic equipment that includes capabilities for otoacoustic emissions testing, which is critical for efficient patient diagnostics. Interested vendors must submit their quotes by March 14, 2025, at 3 p.m. CST, and ensure compliance with all submission requirements, including registration in the VetBiz.gov database and adherence to subcontracting limitations. For further inquiries, vendors can contact Contract Specialist Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-844-4800.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.