Search Contract Opportunities

Flortaucipir F18 (Tauvid) Radioactive Tracer for Positron Emission Tomography (PET)/ Computed Tomography (CT) Imaging

ID: A042616 • Type: Sources Sought

Description

Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio:

The AFLCMC Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Businesses (SB). This Sources Sought synopsis is published for market research purposes only, to identify potential sources capable of delivering the Tauvid radioactive tracer for PET/CT imaging for the 88th Medical Treatment Facility (MTF) at Wright-Patterson Air Force Base.

The Government is seeking capabilities packages from all potential sources, including but not limited to: small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms that respond shall review the attached instructions and technical requirements and submit responses that:

  1. Specify that offered products meet the specifications provided below; and
  2. Provide detailed information to show clear technical compliance.

THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES.

All interested firms shall submit a response to the Primary Point of Contact, Mr. Curtis Thomas, demonstrating their capability to provide the Tauvid radioactive tracer for PET/CT imaging stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A solicitation for this requirement does not exist, therefore, do not request a copy of the solicitation . The decision to solicit for a contract will be solely within the Government's discretion.

The North American Industry Classification System (NAICS) code for this requirement is 325412-Pharmaceutical Preparation Manufacturing with a small business size standard of 1300 Employees. Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. A small business set-aside decision has not yet been made.

Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

Respondents should note the potential application of Limitations on Subcontracting (FAR 52.219-14) and the Non-Manufacturer Rule (FAR 52.219-33) to a future acquisition that may result from this Sources Sought. Respondents should consider how the primary tasks identified in this notice will be broken out between prime contractor and subcontractors and address subcontracting in their response, if applicable/necessary.

Any information submitted by respondents to this Sources Sought synopsis is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.

CAPABILITIES PACKAGE:

All interested firms shall submit a capabilities package for the Tauvid radioactive tracer for PET/CT imaging that explicitly demonstrates their capability to provide the required commodity. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. However, the response must not exceed five (5) pages. Capabilities Packages submitted in response to this Sources Sought synopsis must be received at the following e-mail addresses NOT LATER THAN 14 October 2024 AT 12:00 PM EASTERN DAYLIGHT TIME.

All correspondence sent via email shall contain a subject line that reads: Sources Sought Tauvid radioactive tracer for PET/CT imaging. If this subject line is not included, the email may not get through email filters at WPAFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted.

Responses shall be submitted via email to the following addresses: curtis.thomas.4@us.af.mil and amanda.hoyng@us.af.mil.

Please direct all questions concerning this acquisition to Mr. Curtis Thomas at curtis.thomas.4@us.af.mil and include the necessary subject line indicated above.

Attachments:

  1. Instructions: Sources Sought_Tauvid
  2. Statement of Work: Tauvid_26 Sept 2024_ Sources Sought
Background
The United States Air Force, specifically the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base (WPAFB), Ohio, is conducting a market research effort to identify potential sources capable of delivering the Tauvid radioactive tracer for PET/CT imaging for the 88th Medical Treatment Facility (MTF).

The goal is to establish capabilities packages from various businesses, including small businesses and those with specific socio-economic statuses, to ensure compliance with technical requirements for this medical imaging solution.

Work Details
The contract requires the provision of Flortaucipir F18 (Tauvid) injection, which is a radioactive diagnostic imaging agent approved by the FDA for use in positron emission tomography (PET) imaging.

It is specifically used to detect tau neurofibrillary tangles in the brain, which are key markers of Alzheimer’s disease. The vendor must ensure that:
- They obtain base pass access to deliver doses of Tauvid to the Nuclear Medicine clinic at Wright-Patterson Medical Center.
- The product is supplied in a syringe with milliCurie activity levels matching individual order specifications.
- Invoicing occurs only for doses arriving in usable form that result in successful patient scans.
- Delivery drivers must pick up old tracer packages when delivering new ones.
- Compliance with all regulatory requirements regarding radioactive materials and patient safety is mandatory.

Place of Performance
Wright-Patterson Air Force Base, Ohio.

Overview

Response Deadline
Oct. 14, 2024, 12:00 p.m. EDT Past Due
Posted
Oct. 1, 2024, 9:05 a.m. EDT
Set Aside
None
Place of Performance
Wright Patterson AFB, OH 45433 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
31%
Vehicle Type
Blanket Purchase Agreement
On 10/1/24 AFLCMC Wright Patterson AFB issued Sources Sought A042616 for Flortaucipir F18 (Tauvid) Radioactive Tracer for Positron Emission Tomography (PET)/ Computed Tomography (CT) Imaging due 10/14/24. The opportunity was issued full & open with NAICS 325412 and PSC 6505.
Primary Contact
Name
Curtis Thomas   Profile
Phone
None

Secondary Contact

Name
Amanda Hoyng   Profile
Phone
None

Documents

Posted documents for Sources Sought A042616

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought A042616

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought A042616

Similar Active Opportunities

Open contract opportunities similar to Sources Sought A042616

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > FA8601 AFLCMC PZIO
FPDS Organization Code
5700-FA8601
Source Organization Code
500020367
Last Updated
Oct. 14, 2024
Last Updated By
curtis.thomas.4@us.af.mil
Archive Date
Oct. 14, 2024