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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.