Sources Sought Notice This notice is for planning purposes only and shall not be considered an invitation for bid, request for quotation, request for proposal, or as an obligation of the government to acquire any products or services. Responses to this notice will be used for informational purposes only and only for Network Contracting Office 5. No entitlement to payment of direct or indirect costs from the government will arise as a result from a response to this announcement. No contract will be awarded from this notice. The information requested in this notice will be used to determine available sources for the supply / service below. The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO) 5 is seeking sources for the following procurement: Radiopharmaceuticals - Vizamyl and Datscan North American Industry Classification System (NAICS) number is 325413. The NAICS size is 1250. Contractors that deem themselves capable of meeting the requirement shall provide the below information to Ryan Singletary, Contracting Officer, at ryan.singletary@va.gov no-later-than March 7, 2025 at 12PM, Eastern Time. DESCRIPTION/SPECIFICATION/STATEMENT OF WORK DESCRIPTION The Contractor shall provide and deliver the radiopharmaceutical to the Nuclear Medicine Section, Radiology Service at the DC Veterans Affairs Medical Center (DC VAMC), 50 Irving Street N.W., Washington, D.C. 20422 for base period of 12 months and four 12-month option periods. Deliveries shall be made, Monday through Friday on a scheduled time for the Vizamyl (Flutemetamol F18 injection) and Datscan (Ioflupane I-123 injection) DELIVERY The Contractor shall deliver the radiopharmaceutical to the Nuclear Medicine Section of Radiology Service at the DC VAMC, Monday Friday to GD-122 for Vizamyl and GD-211 for I-123 Datscan. The contractor shall provide capability for online/web ordering for the radiopharmaceutical. A daily packing slip should accompany all Radiopharmaceutical shipments to the Nuclear Medicine Department for all orders placed. The packing slip shall include a bar code that s compatible and be able to be scanned into the Nuclear Pharmacy Management System (NMIS) for tracking purposes. The delivery order shall specify contract item (s) and quantity, time (s) of delivery. The contractor will calibrate all Radiopharmaceutical doses to ensure proper activity ranges of +/-10 percent of the specified ordered dose based on specific requirements provided by the Nuclear Medicine Department based on guidelines outlined in 10 CFR Part 35. The Contractor will ensure that all Radiopharmaceuticals doses provided are compound and calibrated by or under the supervision of a certified pharmacist. The contractor shall provide courier service that is accordance with Department of Transportation, Nuclear Regulatory Commission and other applicable regulating enabling the delivery of all Radiopharmaceuticals. All couriers shall be licensed and shall submit all required paperwork to be granted access to DCVAMC. The contractor shall provide any training or education required to meet commercial standards related to use of radiopharmaceuticals to all staff Nuclear Medicine Technologists/Physicians stationed at DCVAMC. The contractor shall be able to work with NMIS, the current Nuclear Medicine Management program at DCVAMC. This shall allow for the receipt, inventory and proper documentation of Radiopharmaceutical doses dispensed. Access to the Nuclear Department location during non-business hours shall be obtained by contacting the VA Police to accompany the delivery person to the nuclear medicine department and supervise the delivery. Time of delivery specified or mutually agreed to at the time of receipt of web ordering during normal duty hours and telephone orders after normal duty hours shall become mandatory upon the Contractor. Failure to perform in accordance with the delivery commitment may be grounds for termination of the contract in accordance with the provisions for default. The contractor shall notify DCVAMC Nuclear Medicine Department immediately should the inability arise to provide Radiopharmaceutical doses. The contractor shall perform the required work at the DC VAMC on the specified delivery schedule. Item Description Vizamyl (Flutemetamol F18 Injection) Datscan (Ioflupane I-123 injection) Normal Dose 5 mCi 5 mCi Est. Annual Quantity 100 30 ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 100.00 EA __________________ __________________ Vizamyl Radiopharmaceutical (Flutemetamol F18 injection) 4.05 mCi PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6505 - Drugs and Biologicals MANUFACTURER PART NUMBER (MPN): 1198789 / 1201225 0002 30.00 EA __________________ __________________ I-123 DatScan radiopharmaceutical (Ioflupane I 123) Injection 5 mCi PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6505 - Drugs and Biologicals MANUFACTURER PART NUMBER (MPN): 1186529 Responses (Any item not addressed in vendor s response may be considered a negative inference by the Contracting Officer): If interested, please provide the following information in a response: 1. Name of Company 2. Point of Contact; name, phone number and email address 3. SAMS UEI 4. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. 5. Is your company considered small under the NAICS code identified under this Sources Sought? 6. Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? 7. If not manufacturer, provide a letter, memo, or certification that firm is authorized distributor. 8. If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? 9. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. 10. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? 11. Please provide general pricing for your products/solutions for market research purposes. 12. Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, March 7, 2025, at 12:00 PM EST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.