Opportunity
SAM #36C25526Q0306
Radiopharmaceutical Supply for Robert J. Dole VA Medical Center, Wichita, KS
Buyer
VA Health Administration Network Contracting Office 15
Posted
April 02, 2026
Respond By
April 08, 2026
Identifier
36C25526Q0306
NAICS
325412, 424210, 325414
This opportunity seeks suppliers for unit dose radiopharmaceuticals to support Nuclear Medicine at the Robert J. Dole VA Medical Center in Wichita, Kansas. - Government Buyer: - Department of Veterans Affairs, VA Heartland Network 15 Contracting Office (Network Contracting Office 15) - Products/Services Requested: - Wide range of radiopharmaceuticals, including: - Tc-99m Non-HEU Tetrofosmin (2,000 doses) - Tc-99m Non-HEU Sodium Pertechnetate (NaTcO4) (484 doses) - Tc-99m Medronate (134 doses) - Tc-99m Sulfur Colloid (20 doses) - Tc-99m Macro Aggregated Albumin (40 doses) - Tc-99m Mebrofenin (28 doses) - I-123 USP Sodium Iodide (NaI) (30 capsules) - In-111 Autologous WBC Suspension (5 doses) - Sincalide (13 vials) - Xe-133 Xenon Gas (40 vials) - Thallium-201 (300 doses) - In-111 Pentetreotide (1 dose) - Tc-99m FSC (5 doses) - I-123 Iobenguane Sulfate (1 dose) - In-111 Pentetate (1 vial) - UltraTag (10 vials) - Tc-99m Sestamibi (220 doses) - Tc-99m Mertiatide (16 doses) - In-111 Oxine (5 doses) - In-111 WBC Blood Kit (5 kits) - Unique or Notable Requirements: - All products must meet FDA and USP standards - Must be calibrated for 0600 Central Time and retain sufficient expiration time upon delivery - Contractor must have all required federal licenses (USNRC, FDA) and comply with DOT, HIPAA, and VA privacy/security requirements - Dispensing facility must be within 50 miles of the medical center or able to deliver emergent orders within one hour - 24/7 emergency delivery capability required - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Place of Performance: - Robert J. Dole VA Medical Center, 5500 E. Kellogg Avenue, Wichita, KS 67218-1607
Description
DESCRIPTION This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought Notice in accordance with (IAW) FAR Part 15.201(e). The purpose of this Sources Sought Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service- Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: Company Name; Address; Point of Contact; Phone, Fax, and Email; UEI Number; Cage Code; Tax ID Number; Type of Small Business, e.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business, etc.; State if your business has an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed below and provide the contract number; and Must provide a capability statement that addresses the organization’s qualifications and ability to perform as a contractor for the work described below. Requirements: The Department of Veterans Affairs, VA Heartland Network 15 Contracting Office, has a requirement for the supply and delivery of unit dose radiopharmaceuticals to support Nuclear Medicine operations at the Robert J. Dole VA Medical Center, 5500 E. Kellogg Avenue, Wichita, KS 67218-1607. The Government anticipates awarding a single award, five year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with five twelve-month ordering periods for these supplies. The contractor shall provide all radiopharmaceutical products necessary to meet clinical demand for Nuclear Medicine Services in accordance with the associated Statement of Work. All radiopharmaceuticals must be furnished as unit doses calibrated for 0600 Central Time and must meet applicable radionuclidic and radiochemical purity standards. Products shall retain sufficient expiration time upon delivery to support scheduled patient procedures. The contractor shall possess and maintain all required federal licenses and certifications for the preparation and distribution of radiopharmaceuticals, including but not limited to U.S. Nuclear Regulatory Commission (USNRC) licenses and U.S. Food and Drug Administration (FDA) authorizations. All products and processes must comply with applicable United States Pharmacopeia (USP) standards. The contractor shall ensure compliance with Department of Transportation (DOT) regulations governing the packaging, shielding, and transport of radioactive materials. Additionally, the contractor must adhere to all Health Insurance Portability and Accountability Act (HIPAA) and Department of Veterans Affairs privacy and information security requirements related to the handling of patient information and delivery procedures. The North American Industry Classification System Code (NAICS Code) is 325412 (Pharmaceutical Preparation Manufacturing), size standard 1,250 employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB. Important Information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service- Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used. Responses to this notice shall be submitted via email to Erika Kobulnicky at Erika.Kobulnicky@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, April 8, 2026 at 7:00 AM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. This Sources Sought is for market research only and does not include contract terms. If the requirement proceeds to solicitation, respondents should assume VA information security/privacy requirements will apply such as clauses under VAAR 852.204-71, updated Appendix C, and potential Business Associate Agreement (BAA) considerations and be prepared accordingly. Statement of Work Radiopharmaceuticals - Robert J. Dole VA Medical Center 1. Scope and General Description: Radiopharmaceutical preparation of doses, tagging of blood, and testing shall be performed at the contractor’s facility provided by a board-certified radiopharmacist and delivered to the Robert J. Dole VA Medical Center (VAMC), Nuclear Medicine Department, at 5500 E. Kellogg Wichita, KS. The Government anticipates awarding an IDIQ contract with five (5) twelve-month ordering periods: 05/01/2026 – 04/30/2031. The contractor shall furnish all labor, supervision, equipment, materials, licenses, permits, transportation, and incidentals necessary to provide the radiopharmaceutical products and services described in this Statement of Work (SOW). Vendors are advised that VA reorganization may necessitate adding additional locations to this contract in the future. Any such additions will be completed by bilateral modification. 2. Requirements: The contractor shall supply, at a minimum, the radiopharmaceuticals and related products listed below. All radiopharmaceuticals shall be calibrated for 0600 Central Time, shall meet required radionuclidic and radiochemical purity standards in accordance with USP and FDA requirements, and shall have adequate remaining expiration at the time of delivery to support clinical use. Product DescriptionActivityEstimated Amount Tc-99m Non-HEU Tetrofosmin UD1-30 mCi2000 Tc-99m Non-HEU NaTcO4 UD mCi (Unit Dose)1-30 mCi484 Tc-99m Medronate UD1-25 mCi134 Tc-99m Sulfur Colloid UD1-10 mCi20 Tc-99m Non-HEU Macro Aggregated Albumin1-7 mCi40 Tc-99m Non-HEU Mebrofenin UD1-8 mCi28 I-123 USP NaI 200 uCi CapN/A30 In-111 Autologous WBC Suspension1-25 mCi5 Sincalide VialN/A13 Xe-133 Xenon Gas 20 mCi VialN/A40 Tc99m non-HEU Thallium-201300 In-111 Pentetreotide UD3-6 mCi1 Tc-99m Non-HEU FSC UD1-10 mCi5 I-123 Iobenguane Sulfate UD10 mCi1 In-111 Pentetate SDV/Vial0.5-1 mCi1 UltraTag Vial10-30 mCi10 Tc-99m Non-HEU Sestamibi UD10-30 mCi220 Tc-99m Non-HEU Mertiatide UD1-10 mCi16 In-111 Oxine (part of WBC kit)0.5-1.5 mCi5 In-111 WBC Blood Kit0.5-1.5 mCi5 Estimated quantities are provided for planning purposes only and do not obligate the Government to order these exact amounts. 3. Duties: The contractor’s dispensing facility must either: (1) be located within a fifty (50) mile driving radius of the Robert J. Dole VAMC, or (2) demonstrate the ability to deliver ordered radiopharmaceuticals to the VAMC within one (1) hour of required delivery time for emergent orders. Contractor shall deliver emergent orders within one (1) hour of telephonic or electronic order confirmation, 24 hours per day, 7 days per week, including Federal holidays. The contractor shall hold and maintain, throughout the period of performance, a current, unrevoked U.S. Nuclear Regulatory Commission (NRC) and/or Agreement State license and, as applicable, a U.S. Food and Drug Administration (FDA) registration/license to produce and distribute radiopharmaceuticals for human administration, and a license to receive and dispose of radioactive waste. All personnel assigned by the contractor to perform services under this contract shall be licensed as pharmacists, radiopharmacists, or nuclear medicine technologists, as applicable, under State law. The contractor shall immediately, but in no event later than one (1) business day after notice, notify the Contracting Officer (CO) and Contracting Officer’s Representative (COR) in writing of any actual, proposed, or threatened action by the NRC, an Agreement State, or FDA to suspend, revoke, restrict, or otherwise modify any license, registration, or authorization held by the contractor or any subcontractor that may affect contract performance. The contractor shall be capable of transitioning technetium based products from highly enriched uranium (HEU) to low enriched uranium (LEU) sources in accordance with Department of Veterans Affairs policy and applicable law when directed. 4. Work Hours: Regular work hours for routine, non-emergent deliveries are: Monday through Friday 6:00 a.m. to 4:30 p.m., excluding Federal holidays and any other day specifically declared by the President of the United States to be a national holiday. The contractor shall provide on-call/emergency delivery capability 24 hours per day, 7 days per week, including Federal holidays for orders designated as "emergency" by the COR or ordering official. 5. Security Requirements: The contractor shall be responsible for maintaining appropriate information system security controls for any automated data processing (ADP) systems it uses to receive, process, store, or transmit VA information consistent with VA information security and privacy requirements applicable to contractors. The contractor shall safeguard and maintain all patient information in the strictest confidence in accordance with the Privacy Act of 1974, the Health Insurance Portability and Accountability Act (HIPAA) and implement regulations, VA-specific privacy policies, and all other applicable Federal and State laws and regulations. Contractor shall comply with VA Handbook 6500 and all applicable VA information security and privacy requirements as incorporated elsewhere in the contract. 6. Delivery: Orders normally will be placed by 3:00 p.m. Delivery shall be required by 6:00 a.m. the following workday. Subject to the contract maximum quantities and funding limitations, there shall be no restriction on the number of orders and deliveries placed by the Robert J. Dole VAMC Nuclear Medicine Technician(s) per day. Each delivery order shall specify at a minimum: patient identifier (as authorized by VA privacy policies), contract line item number(s) (CLIN) and quantity, required activity and calibration time, delivery date and time, and the applicable VA purchase order number. The delivery order shall specify patient name, contract item(s) and quantity, time(s) of delivery and applicable VA order number. 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 material including NRC and U.S. Department of Transportation (DOT) requirements. Deliveries shall be accepted at the Robert J. Dole VAMC Nuclear Medicine Department or other designated location. The contractor shall contact the COR or designee prior to delivery to coordinate delivery and acceptance. Deliveries will be received and inspected by the COR or designated Government representative at time of delivery, in accordance with the Inspection and Acceptance provisions of the contract. Unused radiopharmaceuticals, including bulk doses, that are not administered and are returnable under applicable NRC/DOT safety and regulatory requirements, shall be returned for credit on the next business day, or disposed of by the contractor as radioactive waste if agreed in writing, in accordance with contractor’s license and applicable regulations. Credit will be issued at 10% of the unit price for returns made within hours of scheduled delivery and before expiration, unless otherwise negotiated. Orders designated "when needed" may be requested during regular work hours, after hours, on weekends, and on Federal holidays, and may be designated "emergency" by the ordering official. The contractor shall provide a 24/7 point of contact (telephone number) for emergency orders. Access to this location during non-work hours shall be obtained by contacting a Nuclear Medicine Technician at 316-685-2221 EXT: 53653. If shipments are scheduled to be delivered specifically on Mondays and Monday is a Federal holiday; delivery shall occur on the next regular workday unless otherwise requested by the ordering official. Orders can be placed by telephone, secure fax, or secure electronic transmission (e.g. web-based ordering system) as authorized by the CO. The agreed time of delivery, as specified or mutually agreed upon at the time of receipt of a telephone or electronic order, is mandatory. Failure to deliver by the agreed time may constitute a performance deficiency and may be grounds for remedies up and including termination for cause, in accordance with the contract and applicable FAR/VAAR clauses. 7. Person Authorized to Place Orders: In addition to the Contracting Officer, the COR is authorized to place orders under this contract, as are certified Nuclear Medicine Technologists employed by the Robert J. Dole VAMC who are identified in writing by the COR and approved by the CO. The CO will maintain a current list of individuals authorized to place orders under this contract. The list will include names, titles, and specimen signatures, and may be updated by written notice from the CO without a formal contract modification. 8. Inspection and Acceptance The Government will inspect all radiopharmaceuticals and related services at the point of delivery for compliance with order requirements (product, activity, calibration time, labeling, shielding, and documentation). Performance standards: Accuracy of product and activity: 99% of doses delivered per month shall match the ordered radiopharmaceutical and activity within ±10% of prescribed activity at the stated calibration time, consistent with applicable standards. On time delivery: 98% of routine orders per month shall be delivered by the required delivery time; 95% of emergent orders shall be delivered within one (1) hour of order confirmation. Documentation: 100% of deliveries shall include documentation of patient identifier (as authorized), product, lot number, activity, calibration time, expiration time, and order number. Nonconforming products (incorrect product, out of tolerance activity, incorrect labeling, or late delivery) may be rejected at no cost to the Government and shall be replaced as soon as practicable, but no later than two (2) hours after notification, unless otherwise agreed by the COR. Inspection and acceptance are subject to the Inspection of Supplies or Inspection of Services clause incorporated in Section E of the contract. 9. Contractor Personnel Requirements The contractor shall ensure all personnel who deliver radiopharmaceuticals to VA facilities: Carry valid government issued photo identification and contractor identification as required by VA security policies. Comply with VA access control, escort, and safety rules while on VAMC premises. Contractor personnel shall receive initial and annual training, as applicable, on the following topics: Safe handling, transport, and delivery of radioactive materials. VA privacy and security requirements for handling patient information. Facility specific safety and emergency procedures, if required by the VAMC. The contractor shall immediately remove from performance under this contract any employee who is determined by the CO to be unfit for duty or who fails to comply with VA policies and shall provide a qualified replacement within one (1) business day for routine work, or sooner if required for emergent deliveries. 10. Applicable Laws, Regulations, and Standards The contractor shall comply with all applicable Federal, State, and local laws, regulations, and standards governing the manufacture, compounding, labeling, handling, transport, and disposal of radiopharmaceuticals, including but not limited to: U.S. Nuclear Regulatory Commission (NRC) regulations and applicable Agreement State regulations. U.S. Food and Drug Administration (FDA) regulations applicable to radiopharmaceuticals. U.S. Department of Transportation (DOT) regulations for hazardous and radioactive materials transport. Privacy Act of 1974 and HIPAA, as implemented in VA regulations and policy. Applicable State pharmacy practice and nuclear pharmacy regulations. Nothing in this PWS supersedes or alters the terms and conditions of the contract clauses incorporated in the contract. 11. Contract Administration Data All contract administration functions will be retained by the Department of Veterans Affairs. The Contracting Officer will be the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer will be authorized to make commitments or issue changes that affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered unauthorized and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. 12. Contracting Officer’s Representative Pursuant to VAAR Provision 852.270-1, Representatives of Contracting Officer, the designated representative for this contract will be determined at award. 13. Acronyms and Definitions CDR: Contract Discrepancy Report. Report issued by the Government to the contractor to document a supply or service found to be unacceptable during contract performance. CLIN: Contract Line-Item Number. Unit of work (or service) to be performed (or delivered) by the contractor as a pay item. CO: Contracting Officer. A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. COR: Contracting Officer’s Representative. An individual, including a Contracting Officer’s Representative (COR), designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. QA: Quality Assurance. Actions taken by the government to assure contracted services meet PWS requirements. 14. Personnel Non-Personal Services This is a non-personal services contract. Personnel rendering services under this contract are not subject either by the contract’s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the government and its employees. The Government shall not exercise any supervision or control over the contract service performing services herein. Such contract service(s) shall be accountable solely to the Contractor who, in turn, is responsible to the Government. Contractor Compliance with the Immigration and Nationality Act of 1952 The Contractor shall comply with any and all legal provisions contained in the Immigration and Nationality Act of 1952, As Amended; its related laws and regulations that are enforced by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to Department of Veterans Affairs patient referrals. 15. Hours of Operations Business hours for the VAMC follow: Administrative hours: Monday through Friday, 8:00 a.m. - 4:30 p.m. National Holidays: The 11 holidays observed by the Federal Government are: New Year’s Day; Martin Luther King’s Birthday; Presidents Day; Memorial Day; Juneteenth Independence Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving; Christmas; and any other day specifically declared by the President of the United States to be a national holiday. Off-Duty hours: Friday through Monday, 4:30 p.m. - 8:00 a.m.; Monday through Thursday, 4:30 p.m. – 8:00 a.m. 16. Quality Control CONTRACT PERFORMANCE MONITORING. The COR may perform surveillance of services by any of the methods listed below: Observing actual performance; Inspecting the services to determine whether or not the performance meets the performance standards; and Review of any other appropriate records. 1. When unacceptable performance occurs, the COR shall inform the Contractor and the Contracting Officer. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR) and present it to the contractor program manager. The Contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the Contractor is required to prepare a corrective action plan to document how the Contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the Contractor has to present this corrective action plan to the COR. The Government shall review the Contractor corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the Contracting Officer. 2. Pursuant to VAAR Provision 852.270-1, Representatives of Contracting Officer representative(s); The Government shall periodically evaluate the Contractor performance by appointing a Contracting Officers Representative (COR) to monitor performance to ensure services are received. The Government representative(s) shall evaluate the Contractor performance through inspections of observations, inspection of services or any other form of documentation and all complaints from VA personnel. The Government may inspect as each task is completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures or because of repeated customer complaints. Likewise, the Government may decrease the number of quality assurance inspections if performance dictates. The Government Contracting Officer shall make final determination of the validity of customer complaint(s). 3. If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements at no additional cost to the Government. Additional Links:VA Wichita Health Care