SOURCES SOUGHT
65 -- VA Phoenix and Tucson Radiopharmaceuticals IDIQ
- Notice Date
- 1/6/2026 10:32:16 AM
- Notice Type
- Sources Sought
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0243
- Response Due
- 1/13/2026 10:00:00 AM
- Archive Date
- 02/12/2026
- Point of Contact
- Hestia Sim, Contract Specialist
- E-Mail Address
-
Hestia.Sim@va.gov
(Hestia.Sim@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) /� SOURCES SOUGHT NOTICE ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 325412 (size standard of 1,300 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 22 intends to set up a single award indefinite delivery indefinite quantity (IDIQ) contract for VA Phoenix and Tucson Healthcare System located in Arizona to procure multiple radiopharmaceuticals listed below. Quantities are undetermined at this time. Description/Part Number* Tc99m Pertechnetate Tc99m MDP Tc99m Sulfur Colloid Egg Tc99m DTPA Tc99m DTPA aerosol Tc99m MAA reduced particles Tc99m MAA I-123 Capsule 100uCi I-123 Capsule 200uCi I-123 Capsule 400uCi I-131 Capsule I-131 Capsule per mCi I-131 Source Xe-133 (10mCi) Xe-133 (20mCi) Thallium-201 Tc99m Pertechnetate bulk Tc99m Hepatolite Tc99m Sulfur Colloid (Liver, bone marrow) Tc99m Filtered Sulfur Colloid Lymph Tc99m non-Filtered Sulfur Colloid Lymph Tc99m Choletec/Mebrofenin In-111 DTPA vial Ultratag kits Tc99m Sestamibi Parathyroid Tc99m Cardiolite Tc99m Myoview Tc99m Ceretec Brain Tc99m MAG3 Tc99m DMSA Tc99m HMPAO WBC Ga-67 per mCi Tc99m Pertechnetate Instavent kit Aerovent Tc99m Pyrophosphate Cold Pyrophasphate In-111 Pentreotide UD In-111 Chloride source In-111 Prostascint In-111 WBC Tropolone In-111 WBC Oxine I-123 MIBG Quadramet Cu-64 DOTATATE I-131 Albumin Source I-131 Albumin Syringe I-131 Albumin Source I-131 Albumin Blood Volume Analysis Tc99m Neurolite Xenon Conv Kit SS Mask w/DD, Fltr, Tbg Soda Lime CO2 Absorber 1lb Drierite 1lb Ra-223 Disochloride UD uCi Cu-64 Dotatate UD F-18 FDG F-18 Sodium Fluoride F-18 Calibration Dose Ga-68 DOTATATE Ga-68 Locametz Ga-68 Illucix Statement of Work Scope of Work: Contractor shall provide Radiopharmaceutical services for participating VA Medical Centers (VAMCs) listed below. Participating VAMCs: VA Phoenix Healthcare System 650 E Indian School Road, Phoenix, AZ 85012 VA Tucson Healthcare System 3601 S 6th Avenue, Tucson, AZ 85723 Specific Tasks: The Contractor agrees to provide prepared single unit doses of radiopharmaceuticals and associated materials to participating VAMCs as ordered and at the agreed upon price. Orders shall be placed each day (Monday through Friday by 4:30PM) for delivery the next business day (Monday through Friday) by 06:30 AM. A second order may be placed on each business day for same day delivery. The Contractor shall have an adequate supply of contract products available to meet the requirements under this contract. The Contractor shall label all supplies as to the amount of radiopharmaceutical, preparation time, expiration time, date, etc. compliant with nuclear medicine information system. All radioactive packaging MUST BE clearly labeled RADIOACTIVE on the outside of the shipping carton. The Contractor shall perform all quality control procedures as required by Federal and State regulatory agencies and Joint Commission. The Contractor shall meet all Nuclear Regulatory Commission, Department of Transportation, FDA, OSHA and all other agency rules and regulations (Federal and State). The Contractor shall accept returns for credit under the following conditions: Product(s) ordered or shipped in error. Product(s) damaged in shipment Concealed shipping damages Recalled product(s) Outdated products in unopened, original containers (specifically authorized for return by manufacturer). If there are any shortages on any of radiopharmaceuticals listed under this contract, the contractor must notify the participating VAMCs and the contracting office in writing as soon as possible. Qualifications of Offerors: The Contractor must be regularly established in the business that is called for, and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of the reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. The Contractor must be licensed by the Nuclear Regulatory Commission and be regularly established in the business of providing radiopharmaceuticals. The Contractor must provide copies of licenses and certifications along with quote to the Contracting Officer. VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE: The C&A requirements do not apply and that a Security Accreditation Package is not required. Holidays: The following Federal Holidays are observed: New Year s Day Birthday of Martin Luther King, Jr.(day of observance) Washington s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Ordering: After award, the successful Offeror will be furnished with the name(s) of individuals authorized to purchase against the Contract. Normally, orders shall be placed during the workday, and delivery shall be required by 6:30 am the following workday to the participating VAMCs, nuclear medicine department. Due to the demands of the Medical Center patient care requirements, contractor shall provide routine delivery and pick-up as many times as required by the PVAHCS at no additional charge. In the event that the requirements may be determined in advance, a longer delivery time may be scheduled accordingly. The delivery order shall include the following information: contract item (s) and quantity, time (s) of delivery, and applicable VA order number. Orders can be placed by the participating VAMCs with an approved PO by the Contracting Officer via telephone, fax, e-mail, or online-ordering portal. EMERGENCY ORDERING PROCEDURES: Normal business hours are considered Monday through Friday: 6:30 am 4:30 pm. PERSON S AUTHORIZED TO PLACE ORDERS: Participating VAMC s authorized personnel will be the only individuals authorized to place orders under this contract with approved purchase orders from the contracting officer. Points of contact will be provided to the awardee immediately after contract award. Ordering Contact Information: Contractor shall provide contact information for the placement of orders for items listed in the Schedule of Supplies and Services Section. (Please complete the following requested information as part of your submission) POC Name: _____________ Address: ____________ City/State/Zip Code: _____________ Ordering Phone Number: _____________ Ordering Fax Number: _____________ Ordering E-Mail Address: _____________ Delivery: Delivery of supplies by the scheduled date will be complete except as otherwise authorized by the Ordering Personnel. The Government may terminate this contract as a whole or in part if the contractor fails to meet the required delivery schedule. The Contractor shall be liable for a fixed, occurring amount until the Government may reasonably obtain delivery of similar supplies. The contractor shall not be charged with damages when the delay in delivery arises beyond control and without the fault or negligence of the contractor. Delivery date and time specified may be adjusted by the Contracting Officer. The Contractor will be notified of this change at least seven (7) days prior to the original or adjusted delivery date. DELIVERY COMMITMENT: Time of delivery specified or mutually agreed to at the time of receipt of telephone orders shall become mandatory upon the Contractor. All charges incurred for delivery shall be included in the fee schedule to include fuel surcharges. Contractor shall provide miscellaneous supplies and/or services including but not limited to the following upon the Government s request: OSHA compliant monitoring devices. Dose Calibrator calibration. Contractor shall supply F-18 FDG in MERAD Intego multi-dose vial for use in the Bayer/MEDRAD Intego infusion system unless requested as a unit dose. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested in and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. Is your company able to provide all listed radiopharmaceuticals? (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (16) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (17) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (18) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, January 13, 2026, by 10AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/be5f51cb7d6d423bb7b609bc0a5bb14c/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Phoenix Healthcare System VA Tucson Healthcare System
- Record
- SN07679034-F 20260108/260106230037 (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 |