Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2026 SAM #8833
SOLICITATION NOTICE

65 -- VA Phoenix and Tucson Radiopharmaceuticals IDIQ

Notice Date
1/30/2026 11:49:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0334
 
Response Due
2/13/2026 10:00:00 AM
 
Archive Date
03/15/2026
 
Point of Contact
Hestia Sim, Contract Specialist
 
E-Mail Address
Hestia.Sim@va.gov
(Hestia.Sim@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation unrestricted/full and open for commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26226Q0299 The Department of Veterans Affairs Network Contracting Office (NCO) 22 is looking for a contractor who can supply variety radiopharmaceuticals listed below for VA Phoenix and VA Tucson Healthcare System located in Arizona. The Contractor shall furnish all supplies/services at participating VA medical centers. Shipping term is FOB Destination. Shipping must be included in the unit cost. The Government intends to award a firm fixed-price single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for base plus option four years. VAAR 852.212-71 Gray Market and Counterfeit Items apply on this acquisition. No remanufacturers or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM signed. The letter must either state specific product(s) quoted or that the quoter is an authorized distributor for all the manufacturer s products. This letter must be on the manufacturer s letterhead and contains the signature of an authorized official for the manufacturer. Description/Part Number* Tc99m Pertechnetate Tc99m MDP Tc99m Sulfur Colloid Egg Tc99m DTPA Tc99m DTPA aerosol Tc99m MAA reduced particles Tc99m MAA I-123 Capsule 100uCi I-123 Capsule 200uCi I-123 Capsule 400uCi I-131 Capsule I-131 Capsule per mCi I-131 Source Xe-133 (10mCi) Xe-133 (20mCi) Tc99m Pertechnetate bulk Tc99m Sulfur Colloid (Liver, bone marrow) Tc99m Filtered Sulfur Colloid Lymph Tc99m non-Filtered Sulfur Colloid Lymph Tc99m Choletec/Mebrofenin In-111 DTPA vial Ultratag kits Tc99m Sestamibi Parathyroid Tc99m Cardiolite Tc99m Myoview Tc99m Ceretec Brain Tc99m MAG3 Tc99m DMSA Tc99m HMPAO WBC Ga-67 per mCi Tc99m Pertechnetate Instavent kit Aerovent Tc99m Pyrophosphate Cold Pyrophasphate In-111 Pentreotide UD In-111 Chloride source In-111 WBC Oxine I-123 MIBG Quadramet Cu-64 DOTATATE I-131 Albumin Source I-131 Albumin Syringe I-131 Albumin Source I-131 Albumin Blood Volume Analysis Tc99m Neurolite Xenon Conv Kit SS Mask w/DD, Fltr, Tbg Soda Lime CO2 Absorber 1lb Drierite 1lb Ra-223 Disochloride UD uCi Cu-64 Dotatate UD F-18 FDG F-18 Sodium Fluoride F-18 Calibration Dose Ga-68 DOTATATE Ga-68 Locametz Ga-68 Illucix The solicitation will be in accordance with FAR Part 12, 13, and Subpart 16.5, Acquisition of Commercial Items, Simplified Acquisition Procedures, Indefinite-Delivery, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 325412, Size Standard 1,300 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. In advancement of Section 2 of Executive Order 14208, the removal of requirements related to Executive Order 14057 eliminates all non-statutory sustainability requirements or preferences in purchases of food service wares, including paper straws. In addition to removing requirements related to Executive Order 14057, the attachment also reflects recent updates to Code of Federal Regulation citations for the U.S. Department of Agriculture s BioPreferredĀ® Program, a statutory purchasing preference program. Key solicitation milestones are: Submit any questions regarding this procurement via email to Hestia.Sim@va.gov no later than 10am Pacific Local Time Friday, February 6, 2026. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at http://SAM.gov. Due to time constraints, responses to the solicitation shall be due on Friday, February 13, 2026 at 10:00 Pacific Time. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Hestia Sim, Contracting Specialist at Hestia.Sim@va.gov with 36C26226Q0299, VA Phoenix and Tucson Radiopharmaceuticals IDIQ in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please use the attached spreadsheet, B.3 Price Cost Schedule, to provide pricing for each radiopharmaceutical for the base period plus option years. Contractors may use their own versions; however, it must include all required information (pricing of each radiopharmaceutical, estimated total cost per year, and estimated total cost for base plus option four years) and mirror the structure provided. It is the contractor's responsibility to ensure the accuracy of all calculations and to double check that the excel format is correct.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3498c7d8c166428b8438bc8079adf90e/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Phoenix Healthcare System VA Tucson Healthcare System Refer to B.2 Statement of Work for full addresses USA
Zip Code: USA
 
Record
SN07702363-F 20260201/260130230040 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.