Radiopharmaceuticals and Related Supplies - Fresno, CA
ID: 36C26125Q0625Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the provision of radiopharmaceuticals and related supplies to support the Central California Health Care System in Fresno, California. The contractor will be responsible for delivering various radiopharmaceuticals in compliance with federal safety and quality standards, with a contract duration from October 1, 2025, to September 30, 2030, and a guaranteed minimum award of $10,000, potentially reaching a maximum of $890,000. These supplies are critical for diagnostic imaging and treatment procedures, ensuring high-quality healthcare services for veterans. Interested vendors must submit their quotes electronically by 11:00 AM on July 21, 2025, and can contact Leah Smith at leah.smith@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office 21, pertaining to a contract modification. The primary purpose of the amendment is to correct the pricing equation within the attached Price List. Specifically, the formula for calculating costs has been revised from A*B*C to the new equation (A+B)*C. An updated document titled "Price List 7.8.25" has been provided to reflect this change. Importantly, the deadline for responses is not extended and remains set for 11:00 AM on July 21, 2025. The Contracting Officer, David Alvarez, emphasizes the necessity for bidders to acknowledge this amendment in their submissions to ensure compliance and acceptance of their offers. Overall, the document reflects standard procedural adjustments common in government contracts, ensuring accuracy and clarity in the solicitation process.
    The document outlines the pricing structure for various radiopharmaceuticals used for medical applications, distinguishing between fixed unit dose prices, prices based on activity (millicurie or microcurie), and initial unit dose prices with additional costs for extra activity. It lists a wide range of products, including items like C-14 Carbon-14 urea kit, F-18 FDG (Fludeoxyglucose), various I-123 and Tc99m products, and labeled white blood cell kits. Each radiopharmaceutical is detailed with specifications on unit pricing and potential additional costs based on the mCi used. This pricing information is essential for healthcare providers to assess costs in procurement and to ensure compliance with government regulations regarding medical materials. The structured nature of the file facilitates easy reference for both federal grants and state/local RFPs, ensuring that stakeholders can effectively navigate pricing options for these critical healthcare products while adhering to procurement standards.
    The document outlines pricing structures for various radiopharmaceuticals utilized in medical applications. It categorizes these pharmaceuticals based on fixed unit dose pricing, pricing per unit of activity (millicurie or microcurie), and initial unit dose prices paired with additional pricing for excess activity. Specific items are listed, including Carbon-14 urea kits, I-123 capsules, Tc99m compounds, and various other agents significant for diagnostic imaging and treatment procedures. Pricing models are provided for each category, detailing base quantities, costs, and adjustments for additional required activity. This document serves as a guide for procurement processes in government RFPs and grants, ensuring clarity on the financial aspects associated with radiopharmaceuticals which are integral in patient care and medical research. The structure emphasizes systematic pricing essential for budgeting and allocation of resources in healthcare institutions, reflecting the regulatory standards applicable within federal and state healthcare funding contexts.
    This government document outlines a Request for Proposals (RFP) for the provision of radiopharmaceuticals and related supplies to the VA Central California Health Care System. The contract spans multiple ordering periods from October 1, 2025, to September 30, 2030, with a guaranteed minimum award of $10,000 and a maximum of $890,000. The contractor must ensure timely and compliant delivery of various radiopharmaceuticals, adhering to strict safety and quality control standards as set by federal regulations, including those from the Nuclear Regulatory Commission and the FDA. Deliveries should be made daily in accordance with specific protocols, ensuring patient confidentiality and security during transport. Interested vendors are directed to submit quotes electronically by a specified deadline, and the document includes comprehensive contractual terms, including invoicing processes and adherence to small business utilization policies. The contract emphasizes the government’s commitment to maintaining high-quality healthcare services through reliable supply chains for essential medical products.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--Pylarify 2026 (VA-26-00025867) RFI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide F18 PSMA Pylarify, a radiopharmaceutical used for positron emission tomography (PET) imaging of prostate cancer, to the Baltimore VA Medical Center. The procurement aims to identify contractors capable of manufacturing, preparing, and transporting this specialized radiopharmaceutical in compliance with stringent regulatory standards, including USNRC, DOT, and FDA guidelines. Pylarify is critical for diagnosing prostate cancer by identifying PSMA-positive lesions, thus playing a vital role in patient care. Interested parties must submit their responses, including company information and qualifications, by December 17, 2025, at 10:00 AM EST, to Contract Specialist Michael Jones at michael.jones16@va.gov.
    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. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3.1 million, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate diagnostic imaging, adhering to stringent standards set by the VA and other regulatory bodies, with a performance period from January 2, 2026, to December 31, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further details and to ensure compliance with all eligibility requirements.
    6505--Supply, RADIOPHARMACEUTICALS DATSCAN - NBD 1/1 Indianapolis VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Indianapolis Veterans Affairs Medical Center (VAMC), intends to issue a sole source contract to Medi-Physics, Inc. for the procurement of 20 units of DaTscan Ioflupane, a radiopharmaceutical essential for conducting diagnostic tests. This acquisition is based on the authority of FAR Part 6.302-1, which allows for negotiation with only one responsible source, as Medi-Physics, Inc. is the sole vendor on the Federal Supply Schedule (FSS) contract for this product. The contract is anticipated to be a firm-fixed price agreement with no option years, and responses to this notice must be submitted by 12:00 pm on December 17, 2025, to the primary contact, Rachel MacRae, at rachel.macrae@va.gov or by phone at 734-222-4326.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    J065--RSO Medical Physics Services KC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for RSO Medical Physics Services at the Kansas City VA Medical Center and its Community-Based Outpatient Clinics. The contract encompasses a base year plus four one-year options, requiring services such as quarterly nuclear medicine audits, equipment inspections, and emergency RSO coverage, provided by a board-certified Medical or Health Physicist. This procurement is crucial for maintaining safety and compliance in medical physics operations, with an estimated contract value of $19 million. Proposals are due by December 23, 2025, at 10:00 AM CST, and interested parties should contact Contract Specialist Paul Dixon at paul.dixon@va.gov for further information.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    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 FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    Q301--Medical Physicist and Radiation Safety Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Medical Physicist and Radiation Safety Services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, and includes essential services such as quality assurance program reviews, equipment testing, and radiation protection surveys for various medical imaging equipment. The contract has a guaranteed minimum value of $1,000.00 and a maximum value of $400,000.00, with specific requirements for contractor personnel qualifications and security protocols. Interested parties should contact Contract Specialist Aminisha S Daniel at Aminisha.Daniel@va.gov for further details and to ensure compliance with submission requirements.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under Solicitation Number 36C25626Q0007, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across various VA facilities in Mississippi, Florida, and Alabama, ensuring adherence to regulatory standards. This contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, has a base period from February 1, 2026, to January 31, 2027, with four additional one-year options, and a total ceiling of $2,000,000. Interested parties must submit their quotes via email to Tiffany Lee-Franklin by December 16, 2025, at 4:00 PM CST, and all technical questions must be submitted by December 8, 2025.