6505--Radiopharmaceuticals For The Portland VA Medical Center
ID: 36C26025Q0237Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    jose.ronstadt@va.govJosé Ronstadt
    (360) 852-9885
    jose.ronstadt@va.gov
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation Notice pertains to the procurement of radiopharmaceuticals for the Portland VA Medical Center. The solicitation number is 36C26025Q0237, with a response deadline set for March 28, 2025, at 13:00 Pacific Time. This opportunity falls under the jurisdiction of the Network Contracting Office 20, located in Vancouver, Washington, and is categorized as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The relevant product service code is 6505, with a corresponding NAICS code of 325412, indicating the pharmaceutical manufacturing sector. Communications can be directed to José Ronstadt at the provided email or phone number. Detailed specifications are contained in additional documents linked within the notice. The information emphasizes the commitment of the VA to meet the medical needs of veterans through targeted pharmaceutical procurement and supports small businesses in the relevant field.
    The document S02 36C26025Q0237 outlines a federal Request for Proposals (RFP) aimed at acquiring various services or products from contractors. The primary purpose is to solicit competitive bids from qualified vendors to fulfill specific government needs aligned with federal regulations. Key components of the RFP include detailed eligibility criteria for bidders, a clear timeline for submission and evaluation, and guidelines for proposal content. It emphasizes the importance of compliance with federal standards, while encouraging innovation and cost-effectiveness in the proposed solutions. The document specifies evaluation criteria that focus on technical merits, experience, and financial capability of bidders, indicating a structured approach to selecting vendors who can effectively meet government requirements. The RFP reflects the government’s commitment to transparency in procurement processes and underscores the necessity for contractual compliance, risk management, and performance accountability. By inviting proposals through this formal process, the government aims to leverage the capabilities of private sector partners to enhance service delivery and operational efficiency. Overall, this RFP serves as a strategic tool to foster competitive bidding in government contracting.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for the supply of radiopharmaceuticals at the Portland VA Medical Center. The awarded contract will be a five-year Indefinite Delivery Indefinite Quantity (IDIQ), covering various nuclear medicine supplies needed for patient care. The contract spans from July 1, 2025, to June 30, 2030, with specific delivery requirements, including 24/7 availability and prompt delivery timelines for emergency orders. Essential clauses regarding compliance, invoicing, and contractor responsibilities are included, emphasizing adherence to relevant Federal Acquisition Regulations (FAR) and veteran-owned small business guidelines. The document stresses that the contractor must maintain necessary licenses and permits, providing a detailed pricing and services schedule that contractors must respond to in their proposals. The RFP highlights the VA's commitment to efficient service delivery in healthcare support while adhering to regulations regarding small businesses and procurement integrity.
    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.
    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--Radiopharmaceutical Isotopes (Cardiology)
    Buyer not available
    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.
    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.
    Q509--VISN 20 Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for onsite Primary Care Physician Services within the Veterans Integrated Service Network 20, which encompasses multiple locations across Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential healthcare services at various VA medical centers and clinics. This contract is particularly significant as it is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Proposals are due by March 31, 2025, with the solicitation expected to be released around March 1, 2025; interested parties can contact Scott Reed at scott.reed2@va.gov or call 509-321-1909 for further information.
    Q509--VISN Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for onsite primary care physician services within Veterans Integrated Service Network 20, which includes facilities in Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential primary care at various VA Medical Centers (VAMCs) and associated clinics. This opportunity is exclusively set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Interested contractors should note that the RFP is expected to be released around April 1, 2025, with proposals due by April 30, 2025, and can contact Scott A. Reed at scott.reed2@va.gov or 509-321-1909 for further information.
    Amendment 0001 36C25925Q0230 Teleradiology Services for Oklahoma City VA Health Care System (OKCVAHCS)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Oklahoma City VA Health Care System (OKCVAHCS) under solicitation number 36C25925Q0230. The procurement aims to establish a new service for interpreting medical imaging, addressing the operational needs of the facility, which currently evaluates a significant volume of imaging studies, including 200 MRIs, 1,100 CTs, and 1,000 X-rays after hours and on weekends. This service is critical for ensuring timely and accurate diagnoses for veterans, with the urgency of the requirement reflected in the extended proposal submission deadline of March 3, 2025, at 2:00 PM MST. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should direct inquiries to Contract Specialist Fanta M Cooper-Wells at fanta.cooper-wells@va.gov.
    Q522--FY25: Teleradiology| Orlando
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Off-site Teleradiology Services to support the Orlando VA Medical Center, under the solicitation titled "Q522--FY25: Teleradiology| Orlando." The contract will operate under an Indefinite Delivery Indefinite Quantity (IDIQ) model, encompassing a base year and four option years, with an estimated total budget of $19 million. This procurement aims to enhance healthcare delivery by ensuring that Board Certified Radiology Physicians provide teleradiology services that comply with American College of Radiology standards, while maintaining strict adherence to privacy regulations and high-quality care documentation. Interested contractors should contact Contract Specialist Peter J Bedard at peter.bedard@va.gov for further details and to ensure compliance with all outlined requirements, including submission of proposals by the specified deadline.
    6509--Solifenacin Tabletes (VA-25-00037090)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Solifenacin Tablets, designated as RFP 36E79725R0020. This procurement aims to establish a reliable supply of Solifenacin for the VA, Department of Defense (DoD), and other federal health agencies, with the contract expected to last one year and include four optional renewal periods. Solifenacin is a critical medication used in the treatment of overactive bladder, highlighting the VA's commitment to ensuring access to essential pharmaceuticals for veterans and associated healthcare providers. Interested vendors should monitor SAM.gov for the RFP release, anticipated around March 14, 2025, with proposals due by March 28, 2025; for further inquiries, they may contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov or by phone at 708-786-4879.
    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.