6505--RADIOPHARMACEUTICALS for Robert J. Dole VAMC Wichita, KS 67218 36C255-26-AP-1665
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), specifically the VA Heartland Network 15 Contracting Office, is conducting market research via a Sources Sought Notice to identify qualified businesses for the supply and delivery of Radiopharmaceuticals to the Robert J. Dole VA Medical Center in Wichita, KS. This is for planning purposes only and is not a solicitation. Responses are due by April 8, 2026, at 7:00 AM CST.
Scope of Work
The requirement is for unit dose radiopharmaceuticals to support Nuclear Medicine operations. The contractor must provide all necessary products, calibrated for 0600 Central Time, meeting USP and FDA purity standards, and retaining sufficient expiration time upon delivery. Key requirements include:
- Possession of all required federal licenses (USNRC, FDA) for preparation and distribution.
- Compliance with DOT regulations for transport of radioactive materials.
- Adherence to HIPAA and VA privacy/information security requirements.
- Contractor facility must be within a 50-mile driving radius of the VAMC or demonstrate 1-hour delivery for emergent orders.
- Provision of 24/7 emergency delivery capability.
- Ability to transition technetium-based products from HEU to LEU sources if directed.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) with five twelve-month ordering periods.
- Anticipated Period of Performance: May 1, 2026 – April 30, 2031.
- NAICS Code: 325412 (Pharmaceutical Preparation Manufacturing), Size Standard 1,250 employees.
- Response Due: April 8, 2026, at 7:00 AM CST.
- Published: April 2, 2026.
Submission Requirements
Interested parties must submit the following information via email to Erika.Kobulnicky@va.gov:
- Company Name, Address, Point of Contact, Phone, Fax, and Email.
- UEI Number, Cage Code, Tax ID Number.
- Type of Small Business (e.g., SDVOSB, VOSB, 8(a), HUBZone, WOSB, SDB).
- Indicate if your business has an FSS, VA NAC, NASA SEWP, or other federal contract, and provide the contract number.
- A capability statement addressing qualifications and ability to perform the described work.
Eligibility / Set-Aside
A total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms is anticipated. However, if the response from SDVOSB firms is inadequate, an alternate set-aside or full and open competition may be considered.
Additional Notes
This notice is for market research only; it is not a solicitation, and the Government is not obligated to award a contract or pay for response costs. If a solicitation is issued, it will be announced separately, and interested parties must respond to that announcement.