Q527--Single Photon Energy (Radiopharmaceuticals)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159698319521391
Posted Date: Apr 19, 2024
Due Date: Apr 24, 2024
Solicitation No: 36C24724Q0608
Source: Members Only
Follow
Q527--Single Photon Energy (Radiopharmaceuticals)
Active
Contract Opportunity
Notice ID
36C24724Q0608
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 11:40 am EDT
  • Original Response Date: Apr 24, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Q527 - MEDICAL- NUCLEAR MEDICINE
  • NAICS Code:
    • 325412 - Pharmaceutical Preparation Manufacturing
  • Place of Performance:
    Atlanta VA Health Care System Decatur , 30033
Description
Page 3 of 3
THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS
Â
The Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service.
The NAICS code is 325412 (Size Standard: 1,300 Employees)
The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the items below:

Single Photon Energy (Radiopharmaceuticals)

Product
Range of Dose
Strength/Packaging
Packaging
Bulk Tc-99m Sodium Pertechnetate (NaO4Tc) (36,500 total mCi/yr)
(calibrate 12:00 MID EST)
36,500 total mCi/yr
Sat/Sun/Holiday

multi-dose vial
Tc-99m Pyrophosphate (PYP) (25mCi)
25 mCi/unit dose
unit dose
Tc-99m Sodium Pertechnetate (NaO4Tc)
30 mCi/unit dose
unit dose
Tc-99m Medronate (MDP)
20 mCi/unit dose
unit dose
Tc-99m Technescan (HDP)
20 mCi/unit dose
unit dose
Tc-99m Mertiatide (MAG3)
10 mCi/unit dose
unit dose
Tc-99m Diethylenetriamine Pentaacetate (DTPA)
40 mCi/unit dose
unit dose
Cold vial for preparation of
Tc-99m Diethylenetriamine Pentaacetate (DTPA)
1 vial
vial
Cold vial for preparation of
Tc-99m Pyrophosphate (PYP)
1 vial
vial
Cold vial for preparation of
Tc-99m Macro Aggregated Albumin (MAA)
1 vial
vial
Cold vial for preparation of
Tc-99 Mebrofenin
1 vial
vial
Sincalide (Kinevac) vial
1 vial
vial
Tc-99m Sulfur Colloid (1 mCi)
1 mCi/unit dose
unit dose
Tc-99m Sulfur Colloid (1-10 mCi)
1-10 mCi/unit dose
unit dose
Tc-99m Sulfur Colloid (10-20 mCi)
10-20 mCi/unit dose
unit dose
Tc-99m Sulfur Colloid (micro-filtered)
50-300 uCi/unit dose
unit dose
Tc-99m Macro Aggregated Albumin (MAA)
8 mCi/unit dose
unit dose
Tc-99m Mebrofenin or Disofenin
8 mCi/unit dose
unit dose
Tc-99m Sestamibi (parathyroid imaging)
20 mCi/unit dose
unit dose
Tc-99m Sestamibi or Tetrofosmin
(cardiac rest dose)
10 mCi/unit dose
unit dose
Tc-99m Sestamibi or Tetrofosmin
(cardiac stress dose)
30 mCi/unit dose
unit dose
T1-201 Chloride
3-5 mCi/study
study dose
Tc-99m Ceretec White Blood Cell (WBC) labeling
(dose dependent on labeling)
5-30 mCi/study
study dose
Tc-99m bicisate ECD (Neurolite)
10-30 mCi/ study
study dose
Tc-99m Ceretec (brain imaging) HMPAO
25 mCi/unit dose
unit dose
Tc-99m Succimer
[Dimercaptosuccinic Acid (DMSA)]
5 mCi/unit dose
unit dose
I-123 NaI diagnostic capsule (100 microcurie)
100 uCi/capsule
Individual capsule
I-123 NaI diagnostic capsule (200 microcurie)
200 uCi/capsule
Individual capsule
I-123 NaI diagnostic capsule (4 millicurie)
4 mCi [compounded in one (1) capsule]
Individual capsule
I-123 Meta-Iodobenzylguanidine (MIBG)
(AdreView)
10 mCi/unit dose
unit dose
I-123 Ioflupane (DATScan)
5 mCi/vial
vial
I-123 Ioflupane (Generic)
5 mCi/vial
vial
In-111 Satumomab Pendetide (Octreoscan)
6 mCi/unit dose
unit dose
In-111 Pentetate (DTPA)
1.5 mCi vial
vial
In-111 WBC labeling
(dose dependent on labeling)
500 uCi-1 mCi/study
study dose
Ga-67 Citrate
1-8 mCi/study
study dose
NaI-131 standard calibration capsule
50-100 uCi/cal cap
capsule
NaI-131 diagnostic capsule
(whole-body imaging)
2-4 mCi/cap
capsule
study dose
NaI-131 therapeutic capsule
5-100 mCi/ther cap
capsule
study dose
White Blood Cell (WBC) collection kit
(price to include Heparin)
1 kit
kit
Ultratag Red Blood Cell (RBC) labeling kit
1 kit
kit
Aero/Vent kit
1 kit
kit
Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed three (3) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUB Zone, SDVOSB, etc.); and (4) Familiarity and product knowledge.

Responses are due no later than 1200 EST, Wednesday, April 24, 2024, and shall be electronically submitted to: quentin.deloney@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 19, 2024 11:40 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >