Skip to main content

An official website of the United States government

You have 2 new alerts

Q522--Radio-Pharmaceuticals

Looking for contract opportunity help?

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

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

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

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 04, 2024 11:22 am EST
  • Original Response Date: Jan 10, 2024 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    VA Hospital 1201 Broad Rock Blvd, Richmond, VA 23249 , 23249
    USA

Description

The Department of Veterans Affairs, Network Contracting Office (NCO) 6 on behalf of Richmond VAMC is conducting Market Research through this sources sought notice to help determine the availability of qualified Businesses, capable of providing Radiopharmaceuticals supplies that meet the following requirements: Specific Tasks 1. The contractor must be able to provide F18-FDG, F18-NaF, F18-Brain Amyloid imaging agents to VAMC. Orders shall be placed at least 24-48 hours in advance for Delivery on the identified day of each week between the VAMC business days Monday-Saturday, (7:30am- 4:30pm). Saturday imaging agents must be available 8:00am-4:30p. 2. Contractor must label all supplies with expiration date, etc. compliant with Nuclear Regulatory Commission and Joint Commission guidelines. 3. Contractor must perform all quality control procedures as required by Federal and State regulatory agencies and Joint Commission. 4. Contractor must accept returns for credit under the following conditions: a. Product(s) ordered or shipped in error. b. Product(s) damaged in shipment. c. Concealed shipping damages. d. Recalled product(s). Qualifications of Offerors: Contractor must be regularly established in the business that is called for, must provide pharmacy license and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of the reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. All respondents shall indicate/provide the following: Whether or not they are small business manufacturers of the products they wish to offer, or if they are a reseller of a small business manufacturer. Is your company interested in providing a Federal Supply Schedule (FSS) quote or Open Market (indicate FSS contract #)? Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. Whether or not your company has an active SAM registration and the companies Unique Entity Identifier. A copy of its capabilities statement. Failure to provide the above information may result in the potential offeror being considered incapable of meeting the VA s needs. If the contractor can provide the above items, the contractor shall provide a letter from the manufacturer stating they are an authorized distributor/licenser of their products. Failure to submit an authorized distributor letter shall result in the product(s) potentially offered to be considered grey market and shall not be considered technically acceptable. The capability statements received from this market research are for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research, and the Government will not entertain questions concerning this market research. The Government will not assume any costs incurred by the contractor in the preparation of responses. All responses shall be submitted in writing no later than January 10th, at 10:00 AM EST to the attention of: Cedric.frasier@va.gov Please title the subject line for all responses as: Sources Sought Next Generation Sequencer: 36C24624Q0301.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History