Master BPAs for Various Radiopharmaceuticals for Tripler Army Medical Center, Hawaii
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 Medical Readiness Contracting Office – Pacific (MRCO-P) intends to award multiple Master Blanket Purchase Agreements (BPAs) for various Radiopharmaceuticals to support Tripler Army Medical Center (TAMC), Hawaii, and outlying medical treatment facilities. This solicitation seeks responsible suppliers whose quotations are technically acceptable, demonstrate acceptable past performance, and offer fair and reasonable prices. The acquisition is currently unrestricted. Quotes are due by April 14, 2026, at 12:00 p.m. HST.
Scope of Work
Selected contractors will provide FDA-approved radiopharmaceuticals, including but not limited to Tc-99m MDP, Tc-99m MAA, and Tc-99m DMSA, for various Nuclear Medicine procedures. Key requirements include:
- 24/7 availability of radiopharmaceuticals.
- 3-hour delivery capability to TAMC, Hawaii.
- Provision of emergency services with a 3-hour delivery capability.
- A 24-hour point of contact.
- Provision and updates of instructional materials to staff at no additional charge.
Contract Details
- Instrument Type: Master Blanket Purchase Agreement (BPA).
- Master Dollar Limit: $1,250,000.00.
- BPA Call Limits: $25,000.00 (via Government Purchase Card) or $350,000.00 (via Contracting Office).
- Period of Performance: 5 years, commencing May 1, 2026, or until the master dollar limit is reached.
- NAICS Code: 325412.
Compliance Requirements
Bidders must adhere to critical compliance requirements, including:
- Exclusion from Federal Health Care Programs: Prohibiting employment or contracting with individuals/entities on HHS OIG LEIE or TRICARE Sanctioned Provider Lists.
- Data Privacy: Compliance with the Privacy Act of 1974, FOIA, and HIPAA, including requirements for records management, Privacy Impact Assessments, and Data Sharing Agreements.
- Breach Response: Strict procedures for reporting (1-hour for US-CERT, 24-hours for DHA Privacy Office) and responding to breaches involving PII/PHI.
- Tobacco-Free Medical Campus (TFMC): Prohibition of tobacco product use by contractor personnel within designated TFMC areas.
Submission & Evaluation
Quotes must be submitted via email to megumi.kuwada.civ@health.mil and prepared in four separate volumes: Administrative, Technical, Past Performance, and Price. Evaluation factors include Technical Capability, Past Performance, and Price. Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering all factors. Multiple BPAs may be established.
Key Dates & Contact
- Offer Due Date: April 14, 2026, at 12:00 p.m. HST.
- Primary Contact: Megumi Kuwada, megumi.kuwada.civ@health.mil, 808-433-9489.