6505--Milwaukee 18F-FDG (VA-25-00061477)
ID: 36C25225Q0404Type: Combined Synopsis/Solicitation
AwardedMay 1, 2025
$410.3K$410,347
AwardeePHARMALOGIC HOLDINGS CORP. BOCA RATON 33487 FLK
Award #:36C25225P0626
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)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for the provision of Fludeoxyglucose F 18 (18F-FDG) unit dose PET/CT radiopharmaceuticals for the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The contractor will be responsible for the production and delivery of these critical diagnostic imaging materials, which have a short shelf life and must be supplied locally to meet patient care needs. This procurement is essential for ensuring reliable access to radiopharmaceuticals necessary for PET/CT nuclear medicine examinations, with a contract duration of one base year and four optional extensions. Interested vendors must submit their proposals by April 25, 2025, and can contact Contracting Officer Parris Weidenbach at parris.weidenbach@va.gov for further information.

    Point(s) of Contact
    Parris S WeidenbachContract Specialist
    (414) 844-4895
    parris.weidenbach@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for the provision of Fludeoxyglucose F 18 (18F-FDG) unit dose PET/CT radiopharmaceuticals for the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This combined synopsis/solicitation outlines a requirement for a contractor to supply these radiopharmaceuticals, which are critical for diagnostic imaging and have a short shelf life. The contract will last for one base year with four optional extensions, and supplies will need to be delivered five days a week during specified hours. The contractor is responsible for management, quality control, transportation, and compliance with all regulatory guidelines, including those set by the Nuclear Regulatory Commission and the FDA. An emphasis is placed on the contractor's reliability, local proximity to the VA Medical Center, and adherence to safety standards during delivery. Quotes are evaluated based on technical compliance, delivery reliability, contractor capability, and pricing. Interested vendors must submit proposals by April 25, 2025. This acquisition aims to ensure efficient and reliable access to essential medical imaging materials for veteran healthcare services.
    The attachment outlines security and privacy requirements for contractors working with the Department of Veterans Affairs (VA). It mandates that contractors comply with federal laws, VA regulations, and established security practices concerning the handling of sensitive VA information. Key points include the government's rights to data produced, restrictions on the use of VA information, data protection measures including encryption, and the contractor's obligation to report security incidents promptly. Contractors must undergo specific training, adhere to incident reporting protocols, and facilitate audits by VA officials. The document further emphasizes the importance of secure software development, patch management, and compliance audits to ensure the integrity and authenticity of IT products and services provided to the VA. Overall, this comprehensive framework aims to safeguard veterans' information while ensuring contractor accountability within VA operations.
    The document outlines the provisions incorporated into the solicitation for a Request for Quote (RFQ) related to commercial products and services, emphasizing requirements for quotes from offerors. It specifies the North American Industry Classification System (NAICS) code and small business size standards, indicating that small businesses are generally defined as those with 500 employees, or 150 for specific IT resellers. Key submission requirements include the need for detailed technical descriptions, pricing, and compliance certifications. The RFQ necessitates that offerors hold prices firm for 30 days and allows for the submission of multiple quotes offering alternative terms. Additionally, guidelines are set for late submissions and modifications, stating these may only be considered under specific conditions. The document explains the procedure for issuing purchase orders and the discretion the Government has over quote acceptance. Finally, it emphasizes the requirement for a unique entity identifier from the System for Award Management (SAM) for all submissions exceeding the micro-purchase threshold. This comprehensive structure ensures clarity and promotes compliance among potential contractors responding to the RFQ, facilitating an orderly procurement process.
    The government solicitation 36C25225Q0404 outlines the evaluation criteria for awarding a contract for commercial products and services. The award will be made to the responsible quoter whose bid is most advantageous to the Government, considering several evaluation factors: technical specifications, delivery schedule, contractor capability and past performance, veteran involvement, and price. Quotations will be assessed through a comparative evaluation, allowing the Government to consider proposals beyond price that offer additional value. Key aspects include a detailed description of how the product meets requirements, a timeline for delivery and installation, an assessment of the contractor's track record, and the inclusion of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) in the supply chain. Evaluation of the total price will include basic requirements and any options. The document emphasizes the comprehensive assessment needed to ensure compliance with standards and the effective utilization of veteran resources within contracting opportunities.
    The document outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) as mandated by federal law (38 U.S.C. 8127). It specifies the conditions under which contractors can engage subcontractors based on the predominant NAICS code of the acquisition. For service contracts, no more than 50% of the contract value can be subcontracted to non-VIP-listed firms, while general construction and special trade contractors are limited to 85% and 75%, respectively. Contractors must certify compliance with these limitations, as failure to do so can lead to legal penalties, including prosecution and possible referrals for suspension or debarment. The document also emphasizes the necessity for the contractor to provide documentation for compliance during contract performance. A formal certification must be completed and submitted with bids, as offers lacking this certification will be deemed ineligible. This clause is critical for ensuring that awarded contracts benefit veteran-owned businesses and maintain adherence to federal guidelines regarding small business participation in government contracting.
    The document outlines the tailored Federal Acquisition Regulation (FAR) clause 52.212-5, detailing contract terms and conditions applicable to the procurement of commercial products and services. It emphasizes the contractor's compliance with various FAR clauses, which incorporate legal provisions or executive orders relevant to federal acquisitions. Key clauses address issues such as prohibitions on certain confidentiality agreements, contracting with specific entities like Kaspersky Lab, and requirements related to small business utilization. Notably, the contractor must ensure ethical conduct and employee protections while also adhering to requirements around labor standards and equal opportunity. The clauses necessitate certain certifications and compliance measures to ensure organizational integrity and accountability, reporting obligations, and protection against discrimination. The document serves as a comprehensive framework for contractors engaged in government acquisitions, ensuring they meet federal standards and contribute to legislative and executive objectives across various sectors.
    Lifecycle
    Title
    Type
    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--Notice of Intent to Award a Sole Source Procurement - Xofigo Radium-223 dichloride
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Cardinal Health for the procurement of 660 units of XOFIGO® (Radium-223 dichloride). This procurement is based on a letter from Bayer Healthcare, which designates Cardinal Health as the sole distributor of XOFIGO® in the United States, highlighting the critical nature of this pharmaceutical in treating specific medical conditions. Interested parties may submit capability statements or proposals within seven days of the notice's publication, with the deadline set for December 19, 2025; otherwise, the contract will be awarded to Cardinal Health without further notice. For inquiries, contact Vance Farrell at vance.farrell@va.gov or call 210-694-6379.
    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.
    J065--Medical Physicist Services for Clement J. Zablocki VA Medical Center, Oscar G. Johnson VA Medical Center, John H Bradley VA Outpatient Clinic, and Milo C. Huempfner VA Outpatient Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research through a Sources Sought Notice for Diagnostic Medical Physicist Services across multiple facilities within Veterans Integrated Service Network (VISN) 12, including the Clement J. Zablocki VA Medical Center and the Oscar G. Johnson VA Medical Center. The procurement aims to identify qualified parties capable of providing essential services such as inspections of medical imaging equipment (including X-Ray, CT, MRI, and Nuclear Medicine) to ensure compliance with American College of Radiology (ACR) and Nuclear Regulatory Commission (NRC) standards, as well as developing quality assurance programs and conducting annual audits. This opportunity is critical for maintaining the safety and efficacy of diagnostic imaging services provided to veterans. Interested parties must submit their capability statements by 10:00 AM Central Time on December 18, 2025, to the Contracting Officer, Joni Dorr, at joni.dorr@va.gov.
    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.
    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.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    6505--Biologics by McKesson Specialty Pharmacy (Lenalidomide) (VA-26-00016920)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified suppliers to provide Lenalidomide, a pharmaceutical product, for the Oscar G. Johnson VA Medical Center located in Iron Mountain, MI. This procurement will be conducted through a Brand Name or Equal Request for Quotation (RFQ) under firm-fixed price terms, following FAR Part 13 Simplified Acquisition Procedures. Lenalidomide is crucial for treating certain conditions, making this procurement significant for patient care within the VA system. Interested offerors must submit an itemized quote along with sufficient technical documentation via email to arneil.genus@va.gov by 3 p.m. Central on December 1, 2025, as telephone inquiries will not be accepted.
    6505--Carbidopa Levodopa Immediate Release (IR) Tablets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Carbidopa Levodopa Immediate Release (IR) Tablets, aimed at ensuring a reliable supply for various federal health care entities, including the VA, Department of Defense (DoD), and Bureau of Prisons (BOP). The procurement will involve awarding a single contract for an initial one-year period, with the possibility of four additional one-year option periods, to maintain an uninterrupted supply of these essential medications. The estimated annual requirements detail various dosages and package sizes, with total usage ranging from 2,008 to 118,764 bottles depending on the item. The solicitation is expected to be released around December 18, 2025, with a closing date of January 8, 2026; interested parties should direct inquiries to Ray Roldan at Raymond.Roldan@va.gov or call 708-786-4930.