SPECIAL NOTICE
65 -- Radiopharmaceuticals 5 Year Contract Nuclear Medicine
- Notice Date
- 1/27/2026 9:17:58 AM
- Notice Type
- Special Notice
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0217
- Response Due
- 1/29/2026 9:00:00 AM
- Archive Date
- 02/28/2026
- Point of Contact
- Jerry Choinski, Contracting Specialist, Phone: 203-932-5711
- E-Mail Address
-
jerry.choinski@va.gov
(jerry.choinski@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs, Networking Contracting Office (NCO 01) located in West Haven, CT, intends to enter into a sole source procurement, pursuant to the authority of FAR 6.302-1, with JUBILANT DRAXIMAGE RADIOPHARMACIES, INC., for the following requirement: STATEMENT OF WORK SCOPE OF WORK: Scope of this contract is to provide all Diagnostic Imaging Service radiopharmaceutical requirements for VAMC Providence, Rhode Island. 1. Radiopharmaceuticals The following shall be provided by the Contractor in the space determined by the Government. All equipment installed by the Contractor shall be FDA approved for use, and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and/or service manuals shall be provided for all equipment listed below as applicable. The Contractor shall provide radiopharmaceutical products and gadolinium line sources as listed. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The Contractor shall provide any equipment necessary for proper infection control measures during delivery. 2. SALIENT CHARACTERISTICS The Contractor shall provide radiopharmaceuticals to meet the needs of Radiology Nuclear medicine department. The purpose and scope of this contract is to provide all Diagnostic Imaging Service radiopharmaceutical requirements for VAMC Providence, Rhode Island, Additional, newer formulated, uncommon and research radiopharmaceuticals may be proposed by the Contractor and are in-scope and may be accessioned to this contract via bilateral modification. Contractor shall provide radiopharmaceutical products and gadolinium line sources as listed herein, as required by authorized Providence VA Medical Center staff, to support the VA Providence Medical center (PVAMC) 830 Chalkstone Avenue, Providence RI 02908-4799. All radiopharmaceutical supplies provided under this contractor shall be F.O.B. The contractor shall possess the appropriate licensing for the transport of radiopharmaceuticals and meets all Federal and State regulations. Destination fuel surcharges shall not be allowed nor added to the invoice. All radiopharmaceuticals provided shall be USDA and USP approved. There is a required credit for ordered and returned unused unit doses for both MDP and Myoview on a monthly basis. Contractor shall propose its competitive credit for unused doses. Contractor shall provide for a web-based ordering system that will directly communicate with the radiopharmacy. Emergency radiopharmaceuticals will be ordered by phone to be delivered to the facility within 1 hour. Contractor shall provide for delivery of three (3) orders per day for items listed in the pricing and cost schedule. All radiopharmaceuticals are currently tracked using version 15.15 NMIS inventory system. Compatibility with this system is required or the Contractor will provide a viable alternative. Contractor shall be licensed by the Nuclear Regulatory Commission (NRC) and be regularly established in the business of providing radiopharmaceuticals. Offeror shall provide copies of licenses and certifications along with quote to the Contracting Officer. 1. DELIVERY OF RADIOPHARMACEUTICALS: Normally, orders will be placed the day prior to scheduled exams: First delivery shall be required by 7:00 am Second delivery, call on or about 9:00 am with delivery by 10:30 am Third delivery, call on or about 11:30 am with delivery by 1:00 pm. Due to the demands of PVAMC patient care requirements, there shall be no restriction to the number of unit doses which may be placed. To provide patient care, contractor shall routinely provide three (3) deliveries per day. Any additional deliveries will be subject to the emergency (STAT) delivery fee. In the event the contractor is unable to make the 1-hour STAT requirement due to traffic or weather restrictions, Jubilant shall develop a consignment program based on the need of the Providence VAMC to mitigate the issue. Consignment doses can be provided to ensure that there is always an emergency dose on hand. The consignment dose will not be charged unless utilized for a patient study. All unused consignment doses must be returned to the pharmacy, unopened to be considered consigned. Consignment doses will only apply to Tc-99m based unit doses. The delivery order shall specify: Contract item (s) Quantity and time (s) of delivery Applicable VA order number Orders can be placed verbally by telephone, fax transmission and electronically. 2. DELIVERY of SEALED SOURCES The Contractor will facilitate ordering of sealed sources for equipment calibration and marking images for patient anatomy size and location as needed. 3. DELIVERY LOCATION: Deliveries will be made to: Providence VA Medical Center 830 Chalkstone Avenue Providence, RI 02908-4799 Diagnostic Imaging Service, Building 2B room 279 (Nuclear Medicine Hot Lab) Delivery prior to 7 am is coordinated with PVAMC Police Service. 4. DELIVERY COMMITMENT: Time of delivery specified or mutually agreed to at the time of receipt of telephone or web order shall become mandatory upon the Contractor. 5. EMERGENCY ORDERING PROCEDURES: An added cost is provided in the pricing and cost schedule for additional deliveries in excess of three (3) per day, depending upon the availability of the product, the Contractor shall make deliveries within 1 hour when special orders are placed between the hours of 7:00 am and 4:00 p.m. on weekdays. 6. SUPPLIES OR SERVICES AND PRICES/COSTS Contractor shall provide radiopharmaceutical products as listed herein, as required by authorized PVAMC staff, to support the Providence VA Medical Center for the initial year and up to four (4) additional annual delivery orders. Allowable returns on Tc-99m UD products: Tc-99m NaTcO4-; Tc-99m MDP; Tc-99m DTPA; Tc-99m MAA; Tc-99m PYP; Tc-99 SC = 10% Returns are calculated based on billing cycle and will only be accepted for processing when submitted within the same billing cycle. Allowable returns for Myoview Unit Doses = 10% Returns are calculated based on billing cycle and will only be accepted for processing when submitted within the same billing cycle. Allowable returns for Sestamibi Unit Doses = 10% Returns are calculated based on billing cycle and will only be accepted for processing when submitted within the same billing cycle. 7. QUANTITIES All quantities under this contract are Estimated (EST) quantities. The quantities set forth in the attachments are exemplar annual estimated quantities. Item Description Quantity Price (unit) Total PRODUCT ID Description Notes: Tc99m Myoview (Cardiac imaging � � 1100 ea Tc99m NaTc04 (Unit dose) � � 1 ea Tc99m Sestamibi (Parathyroid or cardiac imaging) 10 ea Tc99m MDP Medronate � � 165 ea Tc99m MAA (Lung Perfusion � � 25 ea Tc99m DTPA (Lung Ventilation) � � 8 ea I-123 Capsules, 200 uCi � � 6 ea Unfiltered Sulfu Colloid (Gastric Emptying � � 12 ea Filtered Tc99m Sulfur Colloid � � 12 ea Tc99m Mag3 (Renal Imaging) � � 12 ea PYP Pyrophosphate � � 1 ea Kinevac (CCK for GB ejection fraction) � � 1 ea Thallium (Cardiac Imaging) � � 1 ea Gallium (Infection and Tumor imaging) � � 1 ea Tc99m Exametazime (WBC Imaging) � � 1 ea WBC set up � � 1 ea Mebrofenin (hepatobiliary imaging) � � 10 ea Tc99m Exametazime (Brain perfusion imaging) � � 1 ea In11 (WBC Imaging � � 1 ea In111 Pentetreotide (Octreotide) � � 1 ea Tc99m Succimer (DMSA renal imaging) � � 1 ea Tc99m Bistate (Neurolite brain imaging � � 1 ea Tc99m STAT delivery charge � � 6 ea C057 sealed sources for equipment calibration � � 1 ea Cs137 sealed sources for equipment calibration � � 1 ea Gd 153 line sources for attenuation correction � � 1 ea 2. AREAS TO BE SERVICED (one or all as necessary and appropriate to this contract) Department of Veterans Affairs Providence VA Medical Center Radiology Department 830 Chalkstone Ave Providence, RI 02908 3. INSTALLATION N/A Installation not required as these are consumable products. 4. TRAINING NA Annual training is not provided by this vendor 5. INSPECTION AND ACCEPTANCE The Contractor. Or designee shall conduct a joint inspection with the on-site Nuclear Medicine staff to ensure the appropriate products are received. The contractor shall report to the site any potential for delays in delivery of said products. TASK FREQUENCY AND INSTRUCTIONS The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. All work is to be scheduled in advance with the COR. Equipment delivery shall not precede installation by more than 20 days. Installation and implementation must be immediately followed by clinical user training including go live support. Implementation and integration with Vista CPRS shall not exceed 90 days from date of award. 8. SPECIAL WORK REQUIREMENTS The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Providence VA Medical Center during all portions of the work set forth in the Scope of Work. The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work. 9. PROPERTY DAMAGE The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor unless corrective action is taken. Any damaged material (e.g. trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 10. ATTACHMENTS None. 11. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS The contractor's employees shall always wear visible identification while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. 12. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with blood borne pathogens. B. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract. 13. INFORMATION SECURITY LANGUAGE 14. Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information The NAICS code for this requirement is 325412. JUBILANT DRAXIMAGE RADIOPHARMACIES, INC. is the only contractor capable of providing all the Nuclear Medicine and PET radiopharmaceuticals used on a daily and weekly basis using the current equipment at the Providence VAMC without causing any patient care delays. The other radiopharmaceutical contractors are located farther away and can only provide a minimum of products that are required. This notice of intent is not a solicitation nor is it a request for proposal. However, interested parties that believe they can satisfy the requirement must clearly identify their capability to do so in writing by Thursday, January 29, 2026, at 12 pm EST time. Response should be sent to Jerry Choinski at Jerry.Choinski@va.gov. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. A determination not to open this requirement to competition based upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/04a987e0bc824ce7ae697e30840ec683/view)
- Record
- SN07697658-F 20260129/260127230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |