The Department of Veterans Affairs Medical Center (VAMC), Salisbury, North Carolina, has a need for Radiopharmaceutical Isotopes to be used in imaging studies. The NAICS code for this requirement is 325412; size standard is 1,250 employees.
This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Department of Veterans Affairs (VA) is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient response is received to establish the basis for setting this action aside for other than large business participation, then the action will be advertised as full and open competition, in which case all interested parties responding shall be eligible to bid should the requirement go to solicitation.
The table below indicates items that may be requested under solicitation. It shall be noted that specific licensure and capability is required to provide the items below, and evidence thereof shall be required should the requirement go to solicitation:
ITEM DESCRIPTION
1 ALARA Services
2 Biodose Hardware
3 Biodose Software
4 Cobolt 57 flood source
5 Evacuated vials
6 I-123 caps (200uCi)
7 Indium-111 Leukocytes WBC
8 Kinevac Vial
9 LEU DTPA Tc-99m
10 LEU MAA Tc-99m
11 LEU Mag 3 Tc-99m
12 LEU MDP Tc-99m
13 LEU Mebrofenin Tc-99m
14 LEU Myoview Tc-99m
15 LEU Sestamibi Tc-99m
16 LEU Sodium Pertechnetate TC04
17 LEU Sulfur Colloid
18 MDP Tc-99m
19 Myoview Tc-99m
20 Non Evacuated Vials
21 Octreoscan In-111
22 Pharmacy Supplies (TBD)
23 Sodium Pertechnetate Tc04
24 Sulfur Colloid Tc-99m
25 Ultravent Kit
26 WBC Kit (Heparin/Hespan)
This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government.
Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com ), list of available compatible products, the geographical location the respondent is able to service, and documentation of authorized distributor certification (if a brand name product is intended for offer should the requirement go to solicitation).
(1) Business size (small or large business concern), and number of employees;
(2) Type of small business
a. Service Disabled Veteran Owned Small Business
b. Veteran Owned Small Business
c. Small Disadvantaged
d. HubZone
e. Woman Owned
f. Small Business
Responses to this notice should be emailed to Darla Hurlock, Contracting Officer at e-mail address:
[email protected] . Telephone responses will not be accepted. Responses must be received in writing no later than 10:00AM EDT on July 22, 2016. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov . Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov .
Bid Protests Not Available