6505--New base plus OY Contract for Nuclear Medicine Radiopharmaceuticals
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 19 (NCO 19), is conducting market research through a Sources Sought Notice to identify potential sources for Nuclear Medicine Radiopharmaceuticals for the Jack C. Montgomery (Muskogee) VA Medical Center. This is for information and planning purposes only and is not a solicitation. Responses are due by May 18, 2026, at 10:00 AM Central Time.
Scope of Work
The VA requires a comprehensive supply of radiopharmaceuticals and related items for SPECT & SPECT/CT imaging systems. Key items include various doses of Tc-99m compounds (e.g., Flood, Linearity, Cardiolite, Sestamibi, MAA, MDP, HDP, Mebrofenin, DTPA, DMSA, Mag-3, Pertechnetate, Ceretec, Sulfur Colloid, Myoview, Pyrophosphate), Ga-67 Citrate and QC sources, I-131 Therapy Capsules/liquid and Diagnostic/WB/QC doses, I-123 CAP and QC sources, and In-111 compounds (Octreoscan, DTPA, Oxine, QC Source). Ancillary supplies like AeroSol Vent Replacement kits, Kinevac Vials, PYP Vials, Ultratag, and Cobalt Sheet Sources are also required. The contractor must also provide for the removal of radioactive waste, including syringes and vials. A critical requirement is that the vendor must be located within 50 miles of the Muskogee VA Medical Center to meet delivery time constraints.
Information Requested
Interested contractors must submit a Capabilities/Qualifications Statement detailing proposed solutions and product descriptions in accordance with the draft Statement of Work/Salient Characteristics. Additionally, a market research table questionnaire must be completed, including:
- Company Name, Address, UEI, Contact Information
- Business Size (Small, SDB, HUBZone, WOSB, SDVOSB, VOSB, Large)
- FSS/GSA Contract Holder status, number, and availability of proposed solutions
- Proposed pricing structure (FSS, Open Market, Mix, Firm-Fixed Price)
- Buy American Act compliance (domestic/foreign end product percentage, country of origin)
- For Small Businesses: Limitations on Subcontracting (percentage, subcontractor business size, added value) and Nonmanufacturer Rule compliance (manufacturer status, employee count, retail/wholesale engagement, ownership/possession, small business manufacturer sourcing).
Submission Instructions
- Response Due: May 18, 2026, 10:00 AM Central Time.
- Submission Method: Email to barron.long@va.gov.
- Format: Maximum 8 pages, including cover letter.
- Mark responses as "Proprietary Information" if sensitive.
NAICS Code
The identified NAICS Code is 325412 – Pharmaceutical Preparation Manufacturing, with a Small Business size standard of 1,300 Employees. Vendors are encouraged to identify and explain any alternative NAICS codes they believe are more appropriate.
Additional Notes
This notice is solely for market research and planning. It does not constitute a solicitation or request for proposal, and the Government will not accept offers or form a binding contract based on responses. Responders are responsible for all associated expenses, and the Government will not pay for information received.