6505--Lab Supplies-Radiopharm |New Requirement (5-year) - (current contract expires 03/31/2026)-Consolidating 642, 646, 595 | Xofigo, Illucix, NETSPOT | Multiple PRs | EDA TBD (VA-26-00039720)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 4 (NCO 04), is conducting market research via a Sources Sought notice to identify potential sources for a 5-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This contract will consolidate the supply of Xofigo, Illucix, and NETSPOT radiopharmaceuticals for the Lebanon, Philadelphia, and Pittsburgh VA Medical Centers. Responses are due by February 10, 2026, at 4:00 PM.
Scope of Work
The anticipated IDIQ contract will require the timely delivery of name-brand radiopharmaceuticals: Xofigo (Radium 223 dichloride), Illucix (Gallium 68 PSMA-11), and NETSPOT (Gallium 68 Dotatate). A critical requirement is that the distributor must be located within the Pittsburgh, Philadelphia, and Lebanon areas due to the 68-minute half-life of these radiopharmaceuticals. The contractor will also be responsible for continuous inventory management services during normal working hours. Products must be licensed by the Nuclear Regulatory Commission (NRC) and meet FDA requirements for human administration. Preferred suppliers use non-High Enriched Uranium (non-HEU) sources. The Statement of Work (SOW) details specific requirements for product quality, delivery, ordering procedures (including emergency orders), disposal, return policy, and HIPAA compliance. Deliveries will be made to specific Nuclear Medicine departments at the three VA Medical Centers.
Contract & Timeline
- Type: Sources Sought (for an anticipated Firm-Fixed Price IDIQ)
- Duration: Anticipated 5-year contract, from April 1, 2026, through March 31, 2031.
- Set-Aside: None specified for this Sources Sought, but market research seeks information on SDVOSB, VOSB, 8(a), HUBZone, WOSB, SDB, Small Business, and Large Business capabilities.
- Response Due: February 10, 2026, 4:00 PM (Eastern Time)
- Published: February 5, 2026
Eligibility & Submission
The North American Industry Classification System (NAICS) code is 325412 Pharmaceutical Preparation and Manufacturing, with a small business size standard of 1250 Employees. Vendors must be registered in SAM.gov, and Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) must be registered in VetCert. Interested companies should submit a capability statement detailing their experience and knowledge in providing these services. The statement should include company information (name, address, UEI, NAICS, POC), business type, ability to meet SOW requirements, and government contracts for similar services within the last three years.
Additional Notes
This notice is for informational planning purposes only and is not a request for quote or a solicitation. The VA assumes no responsibility for costs incurred in preparing responses. A future solicitation, if issued, will be announced separately. Submissions should be sent electronically to Christa Stine at christa.stine@va.gov.