6505--VASD PSMA
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) is conducting a Sources Sought / Request for Information (RFI) to identify qualified sources capable of providing a Gallium-68 Prostate-Specific Membrane Antigen (PSMA) agent equivalent to Illuccix. This agent is for the diagnosis of prostate cancer patients at the VA San Diego Healthcare System. This RFI is for information and planning purposes only and is not a solicitation. Responses are due by March 30, 2026, at 10:00 AM Pacific Time.
Scope of Work
The VA requires an FDA-approved Gallium-68 (GA-68) PSMA agent suitable for PSMA-targeted prostate PET imaging. The agent must be labeled with GA-68 (no other radionuclide substitution is acceptable) and aid in selecting candidates for PSMA-directed therapy. Routine orders will require next-business-day delivery to the Nuclear Medicine Service, Main Hospital, 4 West, 4th Floor, VA San Diego Healthcare System, during normal work hours (7:00 am - 4:00 pm, Monday-Friday). Packaging, marking, and handling of radioactive material must comply with all applicable local, state, and federal regulations. Safety guidelines from OSHA, FDA, NRC, Joint Commission, and DOT must be followed, and delivery personnel must be trained in radiation safety.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 325412 (Pharmaceutical and Medicine Manufacturing) with a size standard of 1,300 employees.
- Period of Performance (POP) (Estimated):
- Base: July 1, 2026 – December 31, 2026
- Option Year 1: January 1, 2027 – December 31, 2027
- Option Year 2: January 1, 2028 – December 31, 2028
- Option Year 3: January 1, 2029 – December 31, 2029
- Option Year 4: January 1, 2030 – December 31, 2030
- Estimated Quantities: Base: 160 EA, OY1: 320 EA, OY2: 325 EA, OY3: 330 EA, OY4: 335 EA (quantities are estimates only).
- Response Due: March 30, 2026, 10:00 AM Pacific Time
- Published Date: March 20, 2026
Information Requested
Interested parties should submit:
- A capabilities statement detailing how SOW requirements can be met.
- Feedback or suggestions on the SOW requirements.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 325412.
- Manufacturer, authorized distributor, or solution provider status.
- Details on COTS items, Buy American Act compliance, lead time, estimated lifespan, FDA clearance, and leasing options.
- Information on existing Federal Supply Schedule (FSS) or other Federal Government contracts.
- General pricing (for market research only).
- SAM.gov Unique Entity ID/Cage Code.
Additional Notes
This RFI is solely for market research and planning purposes; it does not constitute a solicitation or a promise to issue one. Responses are not offers and cannot be accepted to form a binding contract. Contractor personnel must wear company-branded clothing, a picture ID, and be able to speak English.