Search Contract Opportunities

Lab - PET Radiopharmaceuticals   2

ID: 36C24226Q0289 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is not set-aside and allows for Full and Open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 325412 - Pharmaceutical Preparation Manufacturing, with a small business size standard of 1,300 employees. The FSC/PSC is 6505 - Drugs and Biologicals. The Department of Veterans Affairs, Network Contracting Office 2, 130 West Kingsbridge Road, Bronx, NY 10468, is seeking to purchase Positron Emission Tomography (PET) Radiopharmaceuticals for the Albany VA Medical Center (VAMC). All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Year: Radiopharmaceuticals in accordance with the Statement of Work 1 Job 0002 Option 1: Radiopharmaceuticals in accordance with the Statement of Work 1 Job 0003 Option 2: Radiopharmaceuticals in accordance with the Statement of Work 1 Job 0004 Option 4: Radiopharmaceuticals in accordance with the Statement of Work 1 Job 0005 Option 5: Radiopharmaceuticals in accordance with the Statement of Work 1 Job Annual estimates for radiopharmaceuticals are found in the Statement of Work. The Government estimates the volumes listed in the Statement of Work but does not guarantee volumes as listed. The Guaranteed Minimum dollar amount to be executed between the date of contract award and 9/30/2026 is $50,000.00. Prices quoted shall be all inclusive to include all associated costs supplies, shipping, handling, packaging, storage, and licenses. Statement of Work Radiopharmaceuticals Scope The Department of Veterans Affairs Stratton VA Medical Center located at 113 Holland Avenue, Albany, NY 12208 has a requirement for a United States Nuclear Regulatory Commission (US NRC) and Food and Drug Administration (FDA) Licensed Contractor to provide radiopharmaceuticals for the Nuclear Medicine Department for patient care. The Stratton VA Medical Center at Albany intends to award a five-year, firm fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) Contract to a licensed Radiopharmacy authorized to manufacture and distribute Radiopharmaceutical Supplies and Services in New York State with a contract period of performance of March 15, 2026, through March 14, 2031. The Contractor agrees in accordance with the terms and conditions stated herein, to furnish Radiopharmaceuticals in accordance with Federal, State, and Local Regulations. The Contractor shall be able to provide all items listed in the Schedule of Radiopharmaceuticals with deliveries as required. The respectively awarded contract is subject to funds availability. The total minimum amount for Ordering Period 1 will be obligated after award of the IDIQ through Purchase Orders. All invoices shall be submitted against the Purchase Orders. Schedule Of Radiopharmaceuticals: The Contractor shall provide the radiopharmaceuticals in accordance with the terms and conditions specified in the Statement of Work. The items to be procured per contract year (approximates) are as follows: 642 QTY of F18 FDG Fluorodeoxyglucose unit dose 5 QTY of F18 NaF Sodium Fluoride unit dose 140 QTY of Pylarify (piflufolastat F18) unit dose 60 QTY of Neuroceq (florbetaben F18) unit dose, and 35 QTY of Flyrcado (flurpiridaz F18) unit dose Statement Of Work The Contractor agrees to provide all radiopharmaceuticals as listed in the Schedule of Radiopharmaceuticals to the Stratton VA Medical Center at Albany on a daily and/or as needed basis in accordance with this Statement of Work and the respective awarded contract. The Contractor shall be licensed by the Nuclear Regulatory Commission or another agreement state besides New York and be regularly established in the business of providing radiopharmaceuticals. The Contractor shall provide copies of these licenses and certifications to the Contracting Officer with their quote package. 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. This will include the FDA, USDOT, DOE, USNRC, and ICC regulations and standards. Documentation of USDOT package integrity testing shall also be provided. Items must be adequately packaged to prevent damage during handling and storage. All packaging and labeling must meet all Federal and State regulations. All packaging of radioactive material must be clearly labeled radioactive on the outside of the carton in which it is shipped. The Contractor shall label all products delivered as to the Stratton VA Medical Center at Albany with the radiopharmaceutical, activity, time of preparation, calibration time, expiration time, and date. The Contractor shall hold a current unrevoked NRC or an agreement state radioactive materials license, which in addition to other license conditions, would allow for the receipt and disposal of radioactive material and an FDA license to produce and distribute radiopharmaceuticals for human administration. The Contractor shall provide a copy of their radioactive material license with their quote. The Contractor shall immediately notify the Contracting Officer (CO) and Contracting Officer Representative (COR), upon any action by the NRC or an agreement state and or FDA to suspend or modify their radioactive materials license. The Contractor shall provide radiopharmaceuticals which have been prepared according to manufacturer s package inserts and applicable FDA requirements. The Contractor shall perform all quality control procedures as required by Federal and State Regulatory Agencies. The Contractor shall provide with their quote, the following information: The Contractor s regular work hours. The Contractor s telephone number for call-in orders during regular work hours. The Contractor s telephone number for expert advice concerning awarded products. The Contractor will furnish a statement that any radiopharmaceuticals delivered as ready-to-use (individual doses in syringes or vials for single or multiple uses) will have quality control performed by the Contractor, so that the delivered product will comply with the requirements of the Joint Commission (JC) and or with the United States Pharmacopeia. Should any changes occur in the above information during the contract period of performance the Contractor will immediately provide those updated changes in writing to the CO and COR. Current package inserts of all radiopharmaceuticals supplied under the contract awarded will be shipped to the Nuclear Medicine Service at the inception of the contract. If any new or updated additions to the package inserts are made available, these will be sent to the COR at the Stratton VA Medical Center at Albany Nuclear Medicine Service. The Contractor shall make quality control records available to the COR upon written request from the CO or COR. The Contractor shall test all products for quality control periodically as required by the USFDA. This testing shall be performed at no cost to the Government. The Contractor shall provide a detailed description of the test upon request. The Contractor shall replace any items delivered damaged or in error at no cost to the Government. The COR shall define the replacement date and time. Replacements may be required immediately or within a specified time in accordance with patient needs. The Contractor will reimburse the Stratton VA Medical Center for unused doses. If a quality control or material defect is suspected or detected by the COR, the Contractor will be required to provide any consultation necessary to alleviate any said suspicion or defect by the following: Provide technical expertise in calibration. Provide professional examination of product; submit results and recommendations to the COR. Make expedient replacement of any product suspected of being deficient. The Contractor shall pick up packaged Radiopharmaceuticals (used and unused) for proper disposal at no additional cost to the Government. The Contractor shall provide radiopharmaceuticals as listed in the Schedule of Radiopharmaceuticals. The Contractor will agree to provide doses to accommodate the Medrad Intego Pet Infusion System. Deliverables and Acceptance Criteria The Contractor shall provide services and staff, and otherwise do all things necessary for or incidental to the Statement of Work, as set forth below: Provide Radiopharmaceutical Isotopes to the Nuclear Medicine/PET Department for PET oncology, cardiac, and research studies. All radiopharmaceuticals shall be provided on a unit dose basis, or otherwise specified, pre-drawn into a syringe, calibrated and delivered to the PET/CT Department. This includes new, enhanced, upgraded or other radiopharmaceuticals Deliver directly to the Nuclear Medicine Service VA Stratton Medical Center at Albany daily quantity of radiopharmaceuticals by 8:00 AM, or by calibration time Monday through Friday as requested from the previous day. Due to the demands of the Medical Center patient care requirements, there shall be no restrictions on the number of orders which may be placed by the VA. All Deliveries shall be FOB Destination. Orders can be placed orally by telephone or fax transmission by Ordering Officers provided by the Contracting Officer Representative. All orders placed will be delivered at no additional charge except for any add-on order for the same day. Any delivery fees shall be included in the pricing provided in the Schedule of Radiopharmaceuticals. Deliveries shall be made to the following location: Stratton VA Medical Center, Attention: PET Hot Lab Room Number 27-113, 113 Holland Avenue, Albany, NY 12208 Other delivery times may be outlined by the Stratton VA Medical Center at Albany in this Statement of Work. If Monday is a Federal Holiday, no deliveries will be expected. Holidays are listed under 4.0. Shipments called when needed may be requested during regular work hours. All shipments will have packing slips enclosed providing information about the product and its identification, plus for billing purposes the Stratton VA Medical Center at Albany Purchase Order Number issued for the current fiscal year, and the Contractor s invoice number. Incorrect Purchase Order Numbers as well as invoicing discrepancies will cause a delay in payments. VA Operating Hours The delivery of products provided by the respective awarded contract shall be furnished by the Contractor in accordance with section 3.0 Deliverables and Acceptance Criteria. The Contractor shall not be required to furnish such products on a national holiday or during non-working hours as described below except for normal next day delivery. The following terms have the following meanings: Normal Operating hours of Nuclear Medicine: Monday through Friday, 7:00 AM to 4:30 PM Eastern Standard Time Deliveries cannot arrive any earlier than 7:00 am. The Contractor to include up to one (1) delivery per normal working day during normal working hours as needed at no additional charge. National Holidays: The eleven holidays observed by the Federal Government are as follows: New Year's Day, Martin Luther King's Birthday, Washington s Birthday, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, Christmas, and any other day specifically declared by the President of the United States to be a national holiday. Contract Award Upon contract award, within five (5) business days, the awarded Contractor shall provide to the COR: A copy of their Laboratory s current quality control manual. A dedicated inside sales representative to aid in facilitation in the smooth coordination between the Nuclear Medicine Department and the Contractor s Laboratory Pharmacy. Material safety data sheets and updates on all delivered products as per contract award and any additions throughout the period of performance of the awarded contract. Patient orientation education video presentations and other appropriate materials at no additional cost to the Government. The Contractor shall provide signs and posters alerting patients, employees and the public, of safety precautions in the handling of radioactive materials. Quality Requirements The Contractor shall guarantee the quality of their radiopharmaceuticals. Quality Control shall include, but is not limited to, pH testing, percent tag, alumina, and 99Mo breakthrough as appropriate. Quality Control shall be performed on each agent dispensed. Complete documentation of Quality Control results will be provided upon request. All radiopharmaceuticals shall be calibrated and labeled with concentration, time, total volume, and total activity. Consultation service regarding radiopharmaceutical applications, problems, controls, etc. shall be provided upon request at no charge. On an annual basis, the Contractor shall provide documentation demonstrating compliance with applicable agreement state or NRC license requirements to the Radiation Safety Officer or COR. Personnel Policy The Contractor is responsible for all costs, including personnel costs, associated with the respective awarded contract unless otherwise specified. Qualifications - Personnel assigned by the Contractor to prepare and provide the radiopharmaceuticals identified within this Statement of Work shall be Nuclear Pharmacists, or a Licensed Technologist working under the supervision of a Nuclear Pharmacist licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. Special Contract Requirements: HHS/OIG To ensure that the individuals providing services under the respective awarded contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the Contractor is required to check the Health and Human Services - Office of Inspector General (HHS/OIG), List of Excluded Individuals/Entities on the OIG Website for each person providing services under this contract. The listed parties and entities may not receive Federal Health Care program payments due to fraud and or abuse of the Medicare and Medicaid programs. During the performance of this respective awarded contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. Any healthcare provider or entity that employs or enters into contracts with excluded individuals or entities may have a Civil Monetary Penalty imposed against them. By signing their quote, the Contractor certifies that all persons or entities listed in the Contractor s quote have been compared against the OIG list and are NOT listed as of the date their quote was signed. Contactor Staff Roles and Responsibilities The Contractor must be in compliance with all Nuclear Regulatory Commission, United States Pharmacopeia, United States Food and Drug Administration, State, Local, and Joint Commission guidelines, as well as United States Pharmacopeia 797 guidelines. Contractor Performance Assessments Assessments: The Government will complete assessments of the Contractor s performance. The Contractor shall have an opportunity to respond to said assessments. Record: The Government will keep completed assessments to serve as past performance data. Past performance data will be available to assist agencies in the selection of radio-pharmacy Contractors for future requirements. Designation Of Contract Officer Representation The Contracting Officer Representative (COR) will be designated in writing. The COR will be furnishing technical guidance and advice regarding the work being performed under the respectively awarded contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the respective awarded contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. Contractor Recall and Safety Plan and Process Notification to the Facility The Contractor shall take immediate action to notify the COR whenever a product, piece of equipment or item is recalled or considered dangerous, hazardous or unsafe to remove such products, equipment or items from use. This notification process also applies to safety alerts. The Contractor recall and safety notification plan and process is necessary so that proper notification to individuals who have received or individuals who may utilize such products, equipment, or items can be made in as expedient and efficient manner as possible. The Contractor shall provide to the COR with their plan for this safety notification process and maintain a record system to document any safety incident issues by their date, time, and description of the recall or safety alert issue provided to the COR. HIPAA Compliance The Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs. Availability Of Funds During a Continuing Resolution At the beginning of each new fiscal year (1 October) the Federal Government or parts thereof may be operating under a Continuing Resolution (CR) and only be funded for a limited period of time rather than for the entire fiscal year. If at any time funds for the awarded contract are provided under a CR, funds will only be available for performance under this respective awarded contract up to and including the expiration date of the CR, and any extension thereof. The Government's obligation for performance of the awarded contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this respective awarded contract beyond the expiration date of the CR, and any extension thereof, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability. Required Registration with Contractor Performance Assessment System (CPARS) As prescribed in Federal Acquisition Regulation (FAR) Part 42.11, the Department of Veterans Affairs evaluates Contractor past performance on all contracts that exceed the thresholds outlined in FAR Part 42.11 and shares those evaluations with other Federal Government Contracting Specialists and Procurement Officials through the Contractor Performance Assessment Reporting System. The FAR requires that the Contractor be provided with an opportunity to comment on past performance evaluations prior to the posting of each report. To fulfill this requirement, the Department of Veterans Affairs uses CPARS. Information uploaded to this database is available to all Federal Agencies. Each Contractor whose contract award is estimated to exceed the thresholds outlined in FAR Part 42.11 is required to provide to the Contracting Officer contact information for the Contractor s representative with their response to the solicitation. The Contractor is responsible for notifying the Contracting Officer of any change to the Contractor s representative during the respective awarded contract period of performance. The Contractor s representative contact information consists of their name, telephone number, and email address. The Government will register the awarded contract within thirty (30) days after contract award. For contracts exceeding one (1) year, the Contracting Officer will evaluate the Contractor s performance annually. Intermediate reports will be filed each year until the last year of the contract, when the final report will be completed. Each report shall be forwarded in CPARS to the Contractor s designated representative for comment. The Contractor s representative will have thirty (30) days to submit any comments and return the report to the Contracting Officer. Failure by the Contractor to respond within those thirty (30) days will result in the Government s evaluation being placed on file in CPARS without any Contractor comments. Prohibition On Working Outside of The United States The entire performance of the respective awarded contract shall be within the borders of the United States of America. The Contractor shall not access any Department of Veterans Affairs data or information (for example, by remote computer access) from locations that are outside the above-stated borders. Furthermore, the Contractor shall not send, transfer, mail or otherwise transmit any Department of Veterans Affairs data or information to locations outside the above-stated borders. Term of Contract This will be a single award, firm fixed price, five (5) year IDIQ Contract. If the Contractor fails to perform in a manner satisfactory to the Contracting Officer, the awarded IDIQ Contract may be terminated with thirty (30) days written notice to the Contractor by the Contracting Officer. The awarded IDIQ Contract shall be reviewed annually. Schedule of Required Radiopharmaceuticals Prices quoted shall be all inclusive to include all associated costs - shipping, handling, packaging, storage, licenses, etc. All shipping is FOB Destination. (End of Statement of Work) The Indefinite Delivery/Indefinite Quantity (IDIQ) contract period of performance shall be for five (5) years, to include a twelve (12) month base period and four (4) twelve (12) month Option years. Base Period: March 15, 2026 March 14, 2027 Option Year 1: March 15, 2027 March 14, 2028 Option Year 2: March 15, 2028 March 14, 2029 Option Year 3: March 15, 2029 March 14, 2030 Option Year 4: March 15, 2030 March 14, 2031 Delivery shall be FOB Destination. Place of Performance/Place of Delivery Albany VA Medical Center 113 Holland Ave Albany, NY 12208 The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions and clause apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025) (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1) The solicitation number; (2) The name, address, telephone number of the Offeror; (3) The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Offerors may withdraw their offers by written notice to the Government received at any time before award. (d) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (f) Personnel Qualifications. Contractor must provide documentation that provides proof that its personnel are qualified in accordance with section 7.0 of the Statement of Work. (End of provision) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION AUG 2025) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2024) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) 52. 204-7 System for Award Management (Nov 2024) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) (DEVIATION NOV 2025) 52.219-1 Small Business Program Representations. (FEB 2024) (DEVIATION NOV 2025) 52.225-5 Trade Agreements (Nov 2023) 52.225-6 Trade Agreements Certificate (Feb 2021) 52.225-18 Place of Manufacture (AUG 2018) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (Jun 2020) 52.233-2 Service of Protest (Sep 2006) (a) Receipt from Jonathan Kilgore, Contracting Officer. 52.240-90 Security Prohibitions and Exclusions Representations and Certifications (Deviation Nov 2025) 852.215-72 Notice of Intent to Re-solicit (Oct 2019) 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018) 852.233-71 Alternate Protest Procedure (Oct 2018) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION AUG 2025) The following factors shall be used to evaluate quotations: Technical or Quality Past Performance Veterans Involvement Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 12.203 (c) (2), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting alternate quotations, however quoters may present alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.202), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Any exceptions taken by the quoter must be clearly identified in writing. The evaluation will consider the following: Technical Capability: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; Exclusion Records in the System for Award Management at http://www.sam.gov/; or any other reasonable basis. Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in Small Business Administration s (SBA) Small Business Search database at time of quotation submission and at time of award ( https://search.certifications.sba.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00 it will be evaluated as if it submitted an offer of $90.00). Verified VOSBs will receive a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00 it will be evaluated as if it submitted an offer of $95.00). Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the in Small Business Administration s (SBA) Small Business Search database ( https://search.certifications.sba.gov/ and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Licensure. The Contractor must hold a current unrevoked Nuclear Regulatory Commission (NRC) (or another agreement state besides New York) radioactive materials license, which in addition to other license conditions, would allow for the receipt and disposal of radioactive material, and an FDA license to produce and distribute radiopharmaceuticals for human administration. The Contractor must provide a copy of these licenses with their quote. Authorized Distributor. If the vendor is not the original equipment manufacturer (OEM) for the proposed products/services being offered, they must be an authorized dealer, authorized distributor, or authorized reseller, verified by an authorization letter or other documents from the OEM. Quoters must submit this documentation with their quote. Personnel Qualifications. Personnel assigned by the Contractor to prepare and provide the radiopharmaceuticals identified within the Statement of Work must be Nuclear Pharmacists, or a Licensed Technologist working under the supervision of a Nuclear Pharmacist licensed in a State, territory, or Commonwealth of the United States or the District of Columbia in accordance with section 7.0 of the Statement of Work. Contractor must provide documentation to prove their assigned personnel meet these requirements. Contractor will be evaluated on the documentation requested. Contractor must also demonstrate that they are a firm regularly engaged in the business of providing radiopharmaceuticals and will be evaluated on this basis. (End of Provision) FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION OCT 2025) Addendum to 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (OCT 2025) Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-6 ALT I. Restrictions on Subcontractor Sales to the Government (Nov 2021) 52. 203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. (OCT 2018) (DEVIATION NOV 2025) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) 52.216-18 Ordering (Aug 2020) (a) March 15, 2026 through March 14, 2031. 52.216-19 Order Limitations (Oct 1995) (a) $20,000.00 (b)(1) $250,000.00 (b)(2) $250,000.00 (b)(3) seven days (d) seven days 52.216-22 Indefinite Quantity (Oct 1995) (d) September 30, 2031 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) 52.217-8 Option to Extend Services (Nov 1999) 30 calendar days 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) 30 calendar days; 60 calendar days (c) five years 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2022) (DEVIATION NOV 2025) 52.219-8 Utilization of Small Business Concerns. (JAN 2025) (DEVIATION NOV 2025) 52.219-28 Postaward Small Business Program Rerepresentation (JAN 2025) (DEVIATION NOV 2025) 52.222-3 Convict Labor. (JUN 2003) (DEVIATION NOV 2025) 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (JAN 2025) (DEVIATION NOV 2025) 52.222-35 Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-36 Equal Opportunity for Workers with Disabilities. (JUN 2020) (DEVIATION NOV 2025) 52.222-37 Employment Reports on Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) (DEVIATION NOV 2025) 52.222-50 Combating Trafficking in Persons. (NOV 2021) (DEVIATION NOV 2025) 52.223-23 Sustainable Products. (MAY 2024) (DEVIATION NOV 2025) 52.225-5 Trade Agreements. (NOV 2023) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.229-12 Tax on Certain Foreign Procurements. (FEB 2021) (DEVIATION SEP 2025) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) 52.233-3 Protest after Award. (AUG 1996) (DEVIATION NOV 2025) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025) 52.240-91 Security Prohibitions and Exclusions. (DEVIATION NOV 2025) 52.244-6 Subcontracts for Commercial Products and Commercial Services. (JAN 2025) 852.201-70 Contracting Officer s Representative (Dec 2022) 852.203-70 Commercial Advertising (May 2018) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.222-71 Compliance with Executive Order 13899 (Deviation) (Apr 2025) 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.242-71 Administrative Contracting Officer (Oct 2020) 852.246-71 Rejected Goods (Oct 2018) 852.247-71 Delivery Location (Oct 2018) Albany VA Medical Center 113 Holland Ave Albany, NY 12208 852.247-73 Packing for Domestic Shipment (Oct 2018) (End of Clauses) Quoters shall read this entire solicitation document and ensure they re submitting all required information and documentation necessary to evaluate the factors contained in the provisions at 52.212-1 and 52.212-2, and as described in the solicitation. www.sam.gov registration is required to be complete at time of submission of response. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than February 11, 2026, at 3:00PM EST at Jonathan.kilgore@va.gov. Submissions must be received at this email address to receive consideration. Only electronic submissions will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). This requirement is being solicited using FAR Part 12 Acquisition of Commercial Products and Commercial Services. FAR Part 12 does not require formal detailed debriefings, and detailed debriefings are not provided for requirements solicited using these procedures. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below no later than February 4, 2026, at 3:00PM EST. Telephone calls will not be accepted. Status updates will not be provided. Point of Contact Jonathan Kilgore, Contracting Officer, Jonathan.kilgore@va.gov.
Background
The Department of Veterans Affairs, Network Contracting Office 2, is seeking to purchase Positron Emission Tomography (PET) Radiopharmaceuticals for the Albany VA Medical Center (VAMC). This solicitation is issued as a Request for Quotation (RFQ) and allows for full and open competition. The goal of the contract is to provide radiopharmaceuticals necessary for patient care in the Nuclear Medicine Department at the Stratton VA Medical Center located in Albany, NY.

Work Details
The contractor will provide radiopharmaceuticals in accordance with the Statement of Work. The items to be procured per contract year include:
- 642 QTY of F18 FDG Fluorodeoxyglucose unit dose
- 5 QTY of F18 NaF Sodium Fluoride unit dose
- 140 QTY of Pylarify (piflufolastat F18) unit dose
- 60 QTY of Neuroceq (florbetaben F18) unit dose
- 35 QTY of Flyrcado (flurpiridaz F18) unit dose.
The contractor must be licensed by the US NRC and FDA to manufacture and distribute these products. All prices quoted must include all associated costs such as supplies, shipping, handling, packaging, storage, and licenses.

Period of Performance
The contract period will be from March 15, 2026, through March 14, 2031.

Place of Performance
Deliveries will be made to the Albany VA Medical Center located at 113 Holland Avenue, Albany, NY 12208.

Overview

Response Deadline
Feb. 11, 2026, 3:00 p.m. EST Past Due
Posted
Jan. 28, 2026, 11:17 a.m. EST
Set Aside
None
Place of Performance
Albany VA Medical Center Albany, NY 12208 United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 1/28/26 VISN 2: New York/New Jersey VA Health Care Network issued Synopsis Solicitation 36C24226Q0289 for Lab - PET Radiopharmaceuticals due 2/11/26. The opportunity was issued full & open with NAICS 325412 and PSC 6505.
Primary Contact
Title
Contracting Officer
Name
Jonathan Kilgore   Profile
Phone
(973) 676-1000

Documents

Posted documents for Synopsis Solicitation 36C24226Q0289

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C24226Q0289

Award Notifications

Agency published notification of awards for Synopsis Solicitation 36C24226Q0289

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 36C24226Q0289

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C24226Q0289

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C24226Q0289

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C24226Q0289

Experts for Lab - PET Radiopharmaceuticals

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 242-NETWORK CONTRACT OFFICE 02 (36C242)
FPDS Organization Code
3600-00242
Source Organization Code
100186522
Last Updated
Jan. 28, 2026
Last Updated By
Jonathan.Kilgore@va.gov
Archive Date
May 21, 2026