Nuclear Medicine
ID: HT941025N0028Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole source supply contract to Cardinal Health for the provision of radiopharmaceuticals at the Mike O’Callaghan Military Medical Center (MOMMC) located at Nellis Air Force Base in Nevada. This procurement is essential for supporting the Nuclear Medicine Department's operations, ensuring the availability of critical medical supplies necessary for patient examinations. The contract will cover a base period from April 1, 2025, to March 31, 2026, with four optional years extending through March 31, 2030. Interested vendors may submit capability statements to Griffin Bland at griffin.bland.civ@health.mil or Brandi Roberts at brandi.m.roberts5.civ@health.mil by 9:00 AM Pacific Time on March 20, 2025, to challenge the sole source determination.

    Files
    Title
    Posted
    This Statement of Work outlines the requirements for a contractor to perform a one-time repair on the radiographic system at the Diagnostic Radiology Clinic in MCAS Miramar. The primary focus is the replacement of a faulty flash pad detector to ensure the unit's operational capability. Key tasks include repairing, calibrating, and testing the equipment, with a strict requirement for qualified personnel who have OEM training. The contractor is expected to complete repairs within 2-4 business days during specified hours. Additionally, the government retains ownership of equipment sent for maintenance, and contractors must ensure all necessary parts are available on-site to minimize downtime. A detailed Field Service Report must be submitted within 72 hours post-repair, documenting the work performed and acceptance by government representatives. This document serves as a framework for ensuring that high standards of service are maintained in government contracts dealing with technical maintenance and repairs, emphasizing accountability and swift response times.
    Lifecycle
    Title
    Type
    Nuclear Medicine
    Currently viewing
    Special Notice
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Radiopharmaceutical Laboratory Services (RLS) MAMC
    Dept Of Defense
    The Department of Defense, specifically the Madigan Army Medical Center, is conducting market research to identify qualified vendors capable of providing comprehensive Radiopharmaceutical Laboratory Services (RLS). The procurement aims to ensure that vendors can meet stringent requirements, including compliance with FDA standards, The Joint Commission accreditation, and the ability to deliver a range of specified radiopharmaceuticals on a 24/7 basis, including urgent requests. These services are critical for supporting medical operations that rely on radiopharmaceuticals for diagnostics and treatment. Interested parties must submit their capability statements to Cindy Means and Scott Barr by December 19, 2025, at 4:00 PM Pacific Time, detailing their qualifications and ability to meet the outlined requirements.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    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.
    H358--Notice of Intent to Sole Source: Radiation Safety Officer 3 Months
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Veterans Health Administration (VHA), is seeking to issue a Sole Source Award for Radiation Safety Officer (RSO) services to Krueger Gilbert Physics for a three-month period at the VA Medical Center located in Washington, DC. This procurement is necessary to ensure the continuity of radiation safety services while a long-term contract is pending due to recent changes in agency requirements and an extended approval process. The unique challenges of hiring qualified RSOs in the Washington D.C. Metro Area, including high demand and stringent regulatory compliance, underscore the importance of this interim solution. Interested parties may submit capability statements to Contract Specialist Charles Willis at charles.willis@va.gov by 1 PM Eastern Time on December 19, 2025, for potential future opportunities.
    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.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) for pharmaceutical agents to be included in the DoD Uniform Formulary (UF). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on oncological agents for myelofibrosis and antihemophilic agents, with evaluations based on clinical and cost-effectiveness. Interested vendors must submit their quotes by January 16, 2026, with a pre-quotation teleconference scheduled for November 20, 2025. For further inquiries, contact Tracy Banks at tracy.e.banks2.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.
    Radiology Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Radiology Blanket Purchase Agreement (BPA) to provide diagnostic imaging services at Fort Knox, Kentucky. This procurement is set aside for small businesses under NAICS code 621512, which encompasses Diagnostic Imaging Centers, and requires offerors to submit a completed BPA price list as part of their proposals. The services are critical for supporting military healthcare operations, ensuring timely and effective radiological assessments. Proposals are due by 2:00 PM Eastern Daylight Time (EDT) on December 18, 2025, and must be submitted via email to Justin Balster at justin.balster2.civ@health.mil and MAJ Jason Holck at jason.t.holck.mil@health.mil, with all offerors required to be registered in the System for Award Management (SAM) prior to award.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.