Opportunity
SAM #36C25926Q0475
Market Research for Nuclear Medicine Radiopharmaceuticals at Muskogee VA Medical Center
Buyer
VHA Network Contracting Office 19
Posted
May 11, 2026
Respond By
May 18, 2026
Identifier
36C25926Q0475
NAICS
424210, 325412
The Department of Veterans Affairs is seeking information from vendors for the supply of nuclear medicine radiopharmaceuticals at the Muskogee VA Medical Center. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 - Place of performance: Muskogee VA Medical Center, Nuclear Medicine Service - Products/Services Requested: - Wide range of radiopharmaceuticals, including: - Tc-99m products (Flood, Cardiolite, Sestamibi, MAA, MDP, HDP, Mebrofenin, DTPA, DMSA, Mag-3, Pertechnetate, Ceretec, Sulfur Colloid, Myoview, Pyrophosphate) - Ga-67 Citrate - I-131 (Therapy Capsules/liquid, Diagnostic CAP, WB Dose) - I-123 CAP - In-111 (Octreoscan, DTPA, Oxine) - Ancillary items: AeroSol Vent Replacement kits, Kinevac Vials, PYP Vials, Ultratag, QC Sources, Cobalt Sheet Source - Routine delivery charges and removal of radioactive waste - Quantities range from single doses to several thousand (e.g., 2,000 doses of Tc-99m Sestamibi) - Unique/Notable Requirements: - Vendors must be located within 50 miles of the Muskogee VA Medical Center to ensure timely delivery - Includes both supply of radiopharmaceuticals and radioactive waste removal - NAICS code: 325412 (Pharmaceutical Preparation Manufacturing) - No specific OEMs or vendor names are mentioned in the notice - Market research only; not a solicitation or award
Description
Sources Sought Notice - MUSKOGEE VAMC NUCLEAR MEDICINE RADIOPHARMACEUTICALS Disclaimer: This Request for Information (RFI) is issued solely for market research information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are NOT offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Information Requested from Industry:
In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses in accordance with the Statement of Work draft / Salient Characteristics List. Responses to market research table questionnaire shall be submitted. If this information is not provided, then it will be assumed the entire requirement cannot be met.
Description of Requirement: The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for Nuclear Medicine Radiopharmaceuticals for the Jack C Montgomery (Muskogee) VA Medical Center. This sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.
Requirement Item OR Services: Item # Product Description     1 Tc-99m Flood ( 2 mCi point source) (daily ) 1 dose   2 Tc-99m Linearity 250 mCi 4 dose   3 Tc-99m Linearity 4 mCi 4 dose   4 Tc-99m Cardiolite 1 dose   5 Tc-99m Sestamibi (generic) 2000 dose   6 Tc-99m MAA 50 dose   7 Tc-99m MAA(110K particles) 10 dose   8 Tc-99m MDP 330 dose   9 Tc-99m HDP 1 dose   10 Tc-99m Mebrofenin 150 dose   11 Tc-99m DTPA GFR 10 dose   12 Tc-99m DTPA Brain 5 dose   13 Tc-99m DTPA CSF 1 dose   14 Tc-99m DTPA Vent 50 dose   15 Tc-99m DMSA 5 dose   16 Tc-99m Mag-3 30 dose   17 Tc-99m Pertechnetate < 50 mCi See below See below   17a 35 mCi 30 dose   17b 30 mCi 5 dose   17c 25 mCi 50 dose   17d 10 mCi 5 dose   17e 5 mCi 5 dose   19 Tc Brain Imaging agent (pricing for only one agent is permissible if contractor cannot supply both agents) See below See below   19a TC 99m Ceretec (brain) 1 dose   20 Tc-99m Ceretec (WBC) 5 dose   21 Tc-99m Sulfur Colloid filtered 30 dose   22 Tc-99m Sulfur Colloid unfiltered 20 dose   23 Tc-99m Myoview 1 dose   24 Tc-99m Pyrophosphate 1 dose   25 Ga-67 Citrate 10 mCi dose 5 dose   26 I-131 Therapy Capsules/liquid - various doses See below See below   26a 150 mCi capsule/liquid 1 dose   26b 100 mCi capsule/liquid 1 dose   26c 200 mCi capsule/liquid 3 dose
26d 30 mCi capsule/liquid 10 dose   26e 15 mCi capsule/liquid 10 dose   27 I-131 Diagnostic CAP 10 uCi 5 Dose   28 I-131 WB DOSE 3 mCi dose 5 Dose   29 I-123 CAP (0.1 mCi) 30 Dose   30 I-123 CAP (0.2 mCi) 30 dose   31 In-111 Octreoscan 2 dose   32 In-111 DTPA 5 dose   33 In-111 Oxine (WBC) 20 dose   34 AeroSol Vent Replacement kits (or similar) 60 each   35 Kinevac Vials (when available) 150 vial   36 PYP Vials 50 vial   37 Ultratag 20 vial   38 Ga-67 QC Source 10 uCi 1 dose   39 In-111 QC Source 10 uCi 1 dose   40 I-123 QC Source 10 uCi 1 liquid/solid   41 I-131 QC Source 10 uCi 1 liquid/solid   42 Additional Routine delivery charge (7am-4:30pm) 25 service          ANCILLARY SUPPLIES Market Quote    43 Cobalt Sheet Source 1 each    price - not included in price of contract Removal of Spent sources also should be included in the price.          Â
REMOVAL OF RADIOACTIVE WASTE     44 Removal of radioactive waste, including syringes and vials no longer used   All doses coming from pharmacy.
Required Salient Characteristics OR SOW Requirements: The Department of Veterans Affairs, VA Medical Center, Muskogee Nuclear Medicine Service requires the contractor to provide the commodity of radiopharmaceuticals and any needed sources to be used with a SPECT & SPECT/CT imaging systems. Vendor must be within local area (50 miles) in order to meet time constraints of delivery requirements.
In response to this announcement, please provide the information requested below requested in this market research table questionnaire. If this information is not provided, then it will be assumed the entire requirement cannot be met:
NAICS Code:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
FSS/GSA Contract Holder:
Yes No
FSS/GSA Contract Number:
Effective Date/ Expiration Date:
Proposed solution is listed and available on the above FSS/GSA Contract:
Yes No
Available pricing structure of proposed solution:
Pricing Model
Please Indicate Availability Below: (Yes / No / NA)
All on FSS
Open Market only
Mix of FSS & Open Market
Firm-Fixed Price
Federal Acquisition Regulation (FAR) Market Rearch Questions:
Buy American Act RFO 52.225-1 and RFO 52.225-2 Buy American Certificate What percentage of the proposed product (including leases and rentals) is a:
Domestic end product? _____________ (%)
Foreign end product? _______________ (%) Country of Origin:
Questions for Small Businesses ONLY:
Limitations on Subcontracting RFO 52.219-14
What percentage of the work would be subcontracted to another company? ________ What is the business size of the subcontractor?______
Per RFO 52.219-14 the following conditions must be met: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;
Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;
If subcontracting, what added value do you offer (RFO 52.215-23): Nonmanufacturer Rule (RFO 52.219-33): Does your company manufacturer these proposed items? [Â ] yes [Â ] no Does your company exceed 500 employees? [Â ] yes [Â ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [Â ] yes [Â ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [Â ] yes [Â ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [Â ] yes [Â ] no If yes, what is the manufacturer s name? ________________
Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to barron.long@va.gov Submit your response NLT 10:00 (Central Standard Time Time) on Monday, May 18th, 2026. Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code as 325412 Pharmaceutical Preparation Manufacturing. With a Small Business size of 1,300 Employees. Please identify and explain any NAICS codes your company believes would better represent the predominant work included in the attached Statement of Need
(End of Sources Sought)