SOURCES SOUGHT
65 -- 564-23-3-150-0019 Radiopharmaceuticals for Nuclear Medicine (VA-23-00059984)
- Notice Date
- 6/1/2023 3:30:14 PM
- Notice Type
- Sources Sought
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q1136
- Response Due
- 6/6/2023 1:00:00 PM
- Archive Date
- 07/06/2023
- Point of Contact
- Ross Futch, Contract Specialist, Phone: 713-770-2830
- E-Mail Address
-
ross.futch@va.gov
(ross.futch@va.gov)
- Awardee
- null
- Description
- 1. Title: Radiopharmaceuticals and associated materials 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for Radiopharmaceuticals and associated materials. Contractor shall provide all shipping, containers, personnel, labor and testing for the radiopharmaceuticals and associated materials This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price Blanket Purchase Agreement (BPA). Please review this announcement, respond to questions below and review all attachments in their entirety. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide and deliver radiopharmaceuticals and associated materials for the Veterans Health Care System of the Ozarks facility, VHSO Nuclear Medicine Service located in Fayetteville, AR. 4. Place of Performance: Veterans Health Care System of the Ozarks Delivery Location VHSO Nuclear Medicine Service Delivery Address 1100 N. College Avenue, Fayetteville, AR 72703 5. Responses Requested: The NCO 16 requires all the following information and questions answered 5a through 5u in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research. a. Due to the critical need of these supplies in a timely manner, emergent (non-scheduled) orders, contractor shall deliver orders within 60 minutes (1 hour) upon receipt of telephone order and may occur during normal business hours, after hours, weekends, and on holidays. Do you (contractor) possess the capability to meet the government required deliver orders within 60 minutes (1 hour) upon receipt of telephone order for emergency orders and the following day for routine orders? b. Do you (contractor) possess the capability to meet the government requirements of Section II Radiopharmaceuticals and Supplies of the Draft SOW? c. Do you (contractor) possess the capability to meet the government requirements of Section III of the Draft SOW to provide shipping containers that comply with all federal and state regulations for delivery and return pick-up? d. Do you (contractor) possess the required documentation in Section IV of the Draft SOW? Please submit copy with response to this notice. e. Do you (contractor) possess the capability to meet the delivery times and locations per Section V of the Draft SOW? f. Do you (contractor) possess the capability and personnel to meet the security access requirement per Section X of the Draft SOW? g. Do you (contractor) possess the capability deliver products and estimated quantities in Section XIII of the Draft SOW on an as needed basis? h. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number. i. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. j. Is your company considered small under the NAICS code 325412? k. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? l. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). m. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? n. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? o. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. p. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. q. Information for the product being requested, is it manufactured outside the US-Domestic non-available? r. Information for the product being requested, is it a foreign manufactured end product under the trade agreement? s. What is your schedule of delivery after receipt of order for the product? t. For the product required, Is your company available under any; Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for product. u. Contractors shall provide an estimated industry pricing for products for market research and budgetary purpose. 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by June 6, 2023 at 3:00 PM (CST) via email to ross.futch@va.gov All Questions shall be submitted by June 5, 2023 at 3:00 pm (CST) via email to ross.futch@va.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25623Q1136 -RFI-Sources Sought- Radiopharmaceuticals -Fayetteville, AK. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as ""market research"" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Ross Futch Email address: ross.futch@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements. Performance Work Statement Radiopharmaceutical Supplies Supporting the Veteran s Healthcare System of the Ozarks Nuclear Medicine Radiation Safety Program 1.0. Introduction. This is a supply contract to provide radiopharmaceutical supplies in support of the Veterans Health Care System of the Ozarks (VHSO), Nuclear Medicine Program. The contractor shall provide all transportation, handling and delivery of the radiopharmaceuticals needed to complete the requirements of this contract. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the required service at VHSO as defined in this Performance Work Statement (PWS), section three (3.0) except for those items specified as Government-furnished property and services. The contractor shall perform to the standards of this PWS. 1.1 Background. VHSO provides Nuclear Medicine services to a main hospital in Fayetteville, AR. 1.2 Scope of Work. Authorized employees of the VHSO Nuclear Medicine service will place orders for radiopharmaceuticals on an as needed basis. Individual radiopharmaceuticals will be provided in unit dose form and will be delivered to VHSO Nuclear Medicine service at Veterans Health Care System of the Ozarks, 1100 N. College Avenue, Fayetteville, AR, 72703 within the timeframes outlined in section three (3.0). Contractor will remove all radioactive waste generated by the contractor, including syringes and vials that are no longer used, within the timeframes outlined in section three (3.0). Shipments called when needed may be requested during regular work hours, or after regular work hours, as emergency , including weekends, holidays and nights. Radioactive shipments prepared in advance to anticipate emergency or routine studies are not acceptable. 2.0 General Requirements. This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Personnel. Contractor shall hold a current Arkansas Department of Environmental Quality (DEQ) license to produce and distribute radiopharmaceuticals for human administration, which permits Contractor to receive and dispose of radioactive waste. 2.1.1. Contractor shall provide a copy of its radioactive material license to the Nuclear Medicine Service at VHSO upon commencement of the contract. 2.1.2. Contractor shall immediately notify VHSO of any action by the USNRC agreement state and/or FDA to suspend or modify suppliers. 2.1.3. The government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the government. 2.2. Type of Contract. The Government will award a Firm-Fixed price contract. 2.3. Period of Performance. The period of performance for this effort will be a base period of twelve (12) months, followed by four additional years that may be awarded. 2.4. Scheduling of Work. The contractor is responsible for providing the requested radiopharmaceuticals at the requested time, as per the timeframes specified in section three (3.0). 2.4.1. Radiopharmaceuticals will be delivered strictly in accordance with the requirements of the VHSO Nuclear Medicine Service. Deliveries will be made directly to Nuclear Medicine Service, commencing at 07:00 A.M. Monday through Friday. 2.4.2. Emergency deliveries may be made evenings, weekends and on Federal Holidays on an as needed basis. 2.5. Travel/Transportation. The Contractor shall provide all Travel/Transportation necessary to perform the requirements of this contract. All travel related costs, including lodging or any other miscellaneous costs, shall be the sole responsibility of the contractor and shall be included in the firm fixed unit price on the Price Schedule. 2.6. Medical Emergency Services. Shipments requested as emergency will be delivered per the specifications in section three (3.0). 2.6.1. The contractor will be able to provide unit dose radiopharmaceuticals after hours, on weekends and holidays, as needed for emergency procedures. Radioactive shipments prepared in advance to anticipate emergency or routine studies are not acceptable. 2.7 Business Relations. The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, and timely identification of issues. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.7.1. Contractor shall supply VHSO Nuclear Medicine service with the contractor s telephone number for call-in-orders during normal work hours. 2.7.2. The Contractor shall supply VHSO Nuclear Medicine service with two telephone numbers and instructions for placing Emergency orders after contractor s regular working hours, including weekends and holidays. 3.0. Performance Requirements. The following section specifies the Performance Elements for the contract. 3.1. Deliver Radiopharmaceuticals directly to the Nuclear Medicine service at VHSO, Fayetteville, AR when requested by the service. 3.1.1. Authorized employees of the VHSO Nuclear Medicine service will place orders on an as needed basis. 3.1.2. Individual radiopharmaceuticals will be provided in unit dose form and will be delivered at the request of VHSO. 3.1.3. The contract will allow for two (2) free deliveries within working hours, defined as Monday -Friday, 0700 to 1600. Additional deliveries during normal working hours will be billed per additional delivery in accordance with the fee schedule. 3.1.4. If the ordered radiopharmaceuticals are not available and cannot be delivered to the VA when needed, the contractor will notify the VA Nuclear Medicine Department and obtain the needed doses from another source, including another nuclear pharmacy, to be delivered as close as possible to the requested time, in order to provide timely care to VA patients. 3.1.5. When appropriate, the Contractor may substitute another radiopharmaceutical for the requested one but only with VHSO Nuclear Medicine Service approval. When this is done, the VA will pay for the lower priced radiopharmaceutical. 3.1.6. The contractor shall supply two (2) phone numbers for ordering after normal working hours. 3.1.7. Routine orders will be placed the afternoon before, or prior if known, the required delivery date for the exact quantities of each unit dose or quantity for bulk (vial) orders. 3.1.8. Emergency orders can be placed at anytime with delivery within one (1) hour of the order. Emergency orders will be charged per emergency delivery in accordance with the fee schedule. 3.1.9. All radionuclide scanning material shall be packaged in accordance with applicable Nuclear Regulatory Commission (NRC) Regulations. 3.1.10. All shipments will have a Packing Slip enclosed, giving information about the product and its identification. 3.1.11. All radiopharmaceuticals, Radioassay Kits and/or Analytic Kits are to be furnished by the Contractor in strict accordance with the terms and conditions of the contract and all applicable Local, State and Federal Laws. 3.1.12. All shipments will be labeled as RADIOACTIVE MATERIAL in compliance with all pertinent regulations. 3.1.13. Deliveries will incorporate sufficient lead or other high-density metal shielding to comply with all applicable federal and/or state standards relating to shipment of radioactive materials. Shipping containers must comply with all federal and state regulations. 3.2. The Contractor shall remove all radioactive waste generated by the contractor, including all syringes and vials that are no longer required. 3.2.1. All waste shall be picked-up the next working day. Safe transport of the waste is the responsibility of the contractor. The Contractor must adhere to OSHA guidelines regarding blood borne pathogens, DOT regulations, Board of Pharmacy regulations regarding radiopharmaceuticals, and NRC/Agreement State requirements regarding radioactive materials. 3.3. The only unused doses returned to pharmacy that will be credited are doses dispensed as per physician order from pharmacy and sealed shrink wrapped technetium heart doses, both sestamibi and tetrofosmin. Returns will be accepted by the contractor to a maximum of 5% of total heart doses received. 3.4. Consultation service regarding radiopharmaceutical applications, problems, controls, etc, shall be provided upon request at no additional charge. 3.5. Current package inserts of all Radiopharmaceuticals supplied will be provided to VHSO Nuclear Medicine service. 3.6. The contractor shall guarantee the quality of the radiopharmaceuticals. 3.6.1. Contractor will furnish a statement that any radiopharmaceutical delivered as ready-to-use (individual doses in syringes) will have quality control performed by the Contractor, so that the delivered product will comply with the requirements of Joint Commission and/or with the United States Pharmacopeia. 3.6.2. All radiopharmaceutical shall be calibrated and labeled with concentration, calibration time, total volume and total activity. 3.6.3. Contractor shall make quality control records available to VA upon written request. 3.6.4. The quantity of radioactivity for supplied radiopharmaceutical will not deviate more than +10% or -5%, at the time of calibration, from the quantities specified. 3.6.5. The expiration date and time shall be indicated and affixed to each product as noted below: 3.6.5.1. Ready-to-use doses: Not shorter than six (6) hours. 3.6.5.2. Tc-99m pertechnetate: Not shorter than twelve (12) hours. 3.6.5.3. Kits intended for reconstitution by user: Not shorter than three (3) months from date of delivery. 3.6.5.4. Unused kits having expiration time not less than two (2) weeks will be exchanged by the contractor at not additional charge for a comparable kit having the three (3) months life span. 3.7. The timeframe for return of patient s labeled white blood cells (WBC) with Indium IN-111 Oxine or Tc-Ceretec for reinjection to the same patient will take place within five (5) hours from the time the specimen was submitted for the labeling procedure. 3.8. Contractor will supply the software and license needed by VHSO for the user side of radiopharmaceutical dose management. 3.8.1. The contractor grants the VA a nonexclusive, nontransferable license to possess and use the software package within the VHSO Nuclear Medicine service. 3.8.2. VHSO will provide a laptop for the use of the software. The computer and all data stored remain the property of VHSO at all times. The contractor shall not have access to this computer or the information stored on the computer. 4.0 Performance Requirements Summary (PRS) Matrix The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. The government expects the contractor to perform at a minimum, the identified acceptable levels throughout the life of the contract, and the contractor s performance shall be given significant consideration when evaluating recommendations for future government contracts and or awards. Method of Surveillance: The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). PRS # Performance Objective Performance Standard Acceptable Quality Level Surveillance Method Remedies 1 Quantity of radioactivity for supplied radiopharmaceutical Will not deviate more than +10% or -5%, at time of calibration, from quantities specified. 100% compliance. Monitored by Nuclear Medicine (NM) lead technologist Communicate with VHSO to identify and remedy discrepancies. 2 Expiration of Ready-to-use doses will be affixed to each product and be within acceptable range. Not shorter than six (6) hours. 98% compliance. Monitored by Nuclear Medicine (NM) lead technologist Communicate with VHSO to identify and remedy discrepancies. 3 Expiration of Tc-99m pertechnetate will be affixed to each product and be within acceptable range. Not shorter than twelve (12) hours. 98% compliance Monitored by Nuclear Medicine (NM) lead technologist Communicate with VHSO to identify and remedy discrepancies. 4 Expiration kits intended for reconstitution by user will be affixed to each product and be within acceptable range. Not shorter than three (3) months from date of delivery. 97% compliance Monitored by Nuclear Medicine (NM) lead technologist Unused kits having expiration time not less than two (2) weeks will be exchanged by the Contractor at no additional charge for a comparable kit having the three (3) months life span. 5 Return timeframe for Patient s radio-labeled (Indium IN-111 Oxine or Tc-Ceretec) white blood cells for re-injection. The radio-labeled white blood cell specimen shall be returned to VHSO from the Contractor within five (5) hours from the time the specimen was submitted for the labeling procedure. 100% compliance Monitored by Nuclear Medicine (NM) lead technologist Communicate with VHSO to identify and remedy discrepancies. 6 Timeframe for receiving emergency orders. Contractor will deliver emergency orders to VHSO within one hour of the order. 100% compliance Monitored by Nuclear Medicine (NM) lead technologist Communicate with VHSO to identify and remedy discrepancies. 7 Calibration and labeling of radiopharmaceuticals All radiopharmaceuticals will be calibrated and labeled with the concentration, time, total volume and total activity. 100% compliance. Monitored by Nuclear Medicine (NM) lead technologist Unlabeled doses will be refused/returned and contractor will replace within 1 hour to not delay patient care. 4.1 Quality Assurance. The Government will evaluate the Contractor s performance under the contract, IAW the PRS Matrix. If any of the services performed do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. 4.1.1. Whenever the COR notifies the contractor of any deficiencies detected in the work performed, the contractor shall correct cited deficiencies within three (3) working days, or as otherwise authorized by the COR, after the notification in writing by the COR without affecting the regularly scheduled work. 4.1.2. Upon satisfactory completion by the Contractor and acceptance by the COR of the work completed by the contractor in accordance with this Performance Work Statement, payment will be approved. Failure to complete the work stated in this PWS may result in unfavorable Contractor Performance Assessment Reporting System (CPARS) ratings and/or deduction to be determined by the Contracting Officer. 4.1.3. The contractor shall maintain an effective Quality Control Program to ensure services are performed IAW this PWS. The purpose of this program is to identify, prevent, and ensure non-recurrence of defective services. 4.1.4. Complete documentation of the QC results shall be provided upon request to the VHSO. 5.0. Deliverables Deliverable Frequency # of Copies Medium/Format Distribution Copy of Contractor s Arkansas Department of Environmental Quality (DEQ) license to produce and distribute radiopharmaceuticals for human administration Upon contract award and as new licenses take effect. 1 PDF COR Contractor s telephone numbers and processes for ordering routine and emergency radiopharmaceuticals. Upon contract award and when changes occur. 1 PDF COR Radiopharmaceutical management software and license Upon contract award and as updates or renewals occur. 1 PDF COR Current package inserts of all Radiopharmaceuticals supplied. Upon contract award and as changes to supply list occur. 1 PDF COR Contractor s quality control records. Upon request from VHSO. 1 PDF COR 6.0 Definitions CONTRACTING OFFICER (CO): A Contracting Officer is a government employee who has authority to enter into, administer, and or terminate contracts, as well as make related determinations and findings on behalf of the Government. (Note: The only individual who can legally bind the Government.) CONTRACTING OFFICER S REPRESENTATIVE (COR) - A representative from the requiring activity appointed by the Contracting Officer to perform surveillance and to act as liaison to the contractor CONTRACTOR: A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. DELIVERABLE: A tangible or intangible object produced as a result of the project that is intended to be delivered to a customer (either internal or external). Examples of a deliverable are a report, a document, a server upgrade or any other building block of an overall project. FISCAL YEAR: A period beginning in October 1 and ending September 30 of the consecutive calendar year. The fiscal year is designated by the calendar year in which it ends. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): A plan specifying the surveillance methodology used by the COR for surveillance of the contractor s performance. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. Billing: Invoice requirements and supporting documentation: Payment for services rendered by the Contractor under the terms of this contract will be made monthly upon receipt of a properly executed invoice. Invoice to be submitted within ten (10) workdays following the end of a month in which the Contractor rendered services. VA will verify services performed and certify invoice for payment within thirty (30) days following date of receipt. Any identified discrepancy(s) in billings shall be cause for extending provisions of this paragraph until such time as the discrepancy or other identified problem with the billing invoice has been resolved. The Contractor must perform all services specified in the contract or the contract cost will be decreased accordingly during each billing cycle. Contractor may send invoice for review prior to electronic submittal. Subsequent changes or corrections shall be submitted by separate invoice. In addition to information required for submission of a proper invoice in accordance with FAR 52.212-4 (g), all invoices must include: Name and Address of Contractor Invoice Date and Invoice Number Contract Number/Task Order/Purchase Order Number Date of Service Each Billable CLIN and Rate Total Price Vendor Electronic Invoice Submission Methods: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: Electronic Invoice Submission: Invoices will be electronically submitted to the Tungsten website at https://www.fsc.va.gov/einvoice.asp. Tungsten direct vendor support number is 877-489-6135 for VA contracts. The VA-FSC pays all associated transaction fees for VA orders. During Implementation (technical set-up) Tungsten will confirm your Tax-Payer ID Number with the VA-FSC. This process can take up to 5 business days to complete to ensure your invoice is automatically routed to your Certifying Official for approval and payment. To successfully submit an invoice to VA-FSC please review How to Create an Invoice within the how to guides. All invoices submitted through Tungsten to the VA-FSC should mirror the current submission of Invoice, with the following items required. Clarification of additional requirements should be confirmed with your Certifying Official (your CO or buyer). Payments will only be made for actual services rendered. Payments shall be made monthly, in arrears. The VA-FSC requires specific information in compliance with the Prompt Pay Act and Business Requirements. The Contractor shall be reimbursed upon receipt of a proper invoice. For additional information, please contact: Tungsten Support Phone: 1-877-489-6135 Website: https://www.fsc.va.gov/einvoice.asp Department of Veterans Affairs Financial Service Center Phone: 1-877-353-9791 Email: vafscched@va.gov Line Items required items Item Number Description Quantity Unit of Measure 0001 PHARMACY CALL OUT, XCRG 4 EA 0002 Regular Deliveries, (Monday-Friday,... 500 EA 0003 Additional Deliveries (Monday-Frida... 30 EA 0004 STAT Delivery Fee 8 EA 0005 DTPA Aerosol 9 EA 0006 DTPA, Dose (Tc-99m Pentetate) 15 EA 0007 MDP, Dose (Tc-99M MethylDiphosphon... 7 EA 0008 Sodium Iodine, 100uCi, Caps 4 EA 0009 MAG3, Dose (Tc-99m Mertiatide) 8 EA 0010 Choletec, Dose (Tc-99m Mebrofenin) 58 EA 0011 HDP, Dose (Tc-99m Oxidronate) 125 EA 0012 Sulfer Colloid, Dose (Tc-99m Sulfer... 30 EA 0013 Filtered Sulfer Colloid, Dose 3 EA 0014 MAA, Dose (Tc-99m Macro Aggregated)... 18 EA 0015 Tc99m Point Source, Dose (NaTc04) 21 EA 0016 Myoview, dose (Tc99-m Tetrofosmin) 1290 EA 0017 Sestamibi-Cardiolite, Dose (Tc-99m ... 7 EA 0018 TI-201, mCi (Thallium) 3 EA 0019 Sodium Pertechnetate, Dose 16 EA 0020 Sodium Pertechnetate, mCi (NaTc04) 2 EA 0021 In-111 WBC, Dose (In-111 Oxyquinoli... 1 EA 0022 Ceretec WBC, Dose (Tc-99m Exametazi... 2 EA 0023 Ultratag Kit 70 EA 0024 I-131 (1-6mCi) Therapy Cap, Caps 1 EA 0025 I-131 Each Additional mCi Therapy 8 EA 0026 I-131 Diagnostic Cap, Caps 1 EA 0027 Ga-67, Mci Gallium 3 EA 0028 Octreoscan, Dose (IN-111 Pentetreo... 1 EA 0029 Lexiscan (Regadenosen) 7 EA 0030 InstaVent Aerosol Nebulizer 15 EA 0031 In-111 WBC Bid Kit (Heparin & Hetas... 4 EA 0032 Sincalide (Kinevac) 58 EA 0033 Co57 (Cobalt-57) E-Vial 1 EA 0034 Sodium Iodine, 200uCi Caps (I-123) 16 EA 0035 Syntrac Single Software License Fee... 1 EA 0036 Co-57, 24"" x 16.5"", RFS 10 mCi, Pro... 1 EA 0037 Tc-99 NaTcO4 UD mCi 4 EA 0038 TC-99m NaTcO4 22 EA 0039 TC-99m NaTcO4 UD mCi 6 EA 0040 Radioaerosol delivery kit 1 EA 0041 Venti-scan tubing, sinlge use 9 EA 0042 Co 57 Line Source (12mCi) 1 EA 0043 Cs 137 Disc Source (10uCi) (370 kBq... 1 EA 0044 COBALT-57 POINT MARKER (WAND TYPE), 200 MICROCURIES 1 EA 0045 Cs137 E-Vial Dose Calibration Source 200MCi 1 EA 0046 Unused Source Disposal (no return) 1 EA
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/75ed9c9133044cc88c7107e8fe5dc39f/view)
- Place of Performance
- Address: VHSO Nuclear Medicine Service VHCS of the Ozarks 1100 N. College Avenue, Fayetteville 72703, USA
- Zip Code: 72703
- Country: USA
- Zip Code: 72703
- Record
- SN06702034-F 20230603/230601230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |