Combined Synopsis/Solicitation Notice
*= Required Field Combined Synopsis/Solicitation Notice
Page 1 of 13
SUBJECT*
Radiopharmaceutical (Isotopes) Supplies and Services 10/01/2025 -09/30/2030
GENERAL INFORMATION
CONTRACTING OFFICE’S ZIP CODE*
37129
SOLICITATION NUMBER*
36C24925Q0304
RESPONSE DATE/TIME/ZONE
07-22-2025 10:00 CENTRAL TIME, CHICAGO, USA
ARCHIVE
15 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
PRODUCT SERVICE CODE*
6505
NAICS CODE*
325412
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Network Contracting Office 9 (90C)
NCO 9
1639 Medical Center Parkway, Suite 204
Murfreesboro TN 37129
POINT OF CONTACT*
Lori L Ellis
email only: Lori.Ellis2@va.gov
NO phone call
6152255507
PLACE OF PERFORMANCE
ADDRESS
VA Tennessee Valley Healthcare System Medical
Nashville Campus
1310 24th Avenue South
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 2 of 13
Nashville, TN 37212-2637
Alvin C. York (Murfreesboro) Campus 3400
Lebanon Road, Murfreesboro
POSTAL CODE 37129-1237
COUNTRY USA
ADDITIONAL INFORMATION
AGENCY’S URL
URL DESCRIPTION
AGENCY CONTACT’S EMAIL ADDRESS
EMAIL DESCRIPTION
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 3 of 13
DESCRIPTION
Description
This is a combined synopsis/solicitation for commercial products and commercial
services prepared in accordance with the format in Federal Acquisition Regulation
(FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for
Commercial Products and Commercial Services,” as supplemented with additional
information included in this notice. This announcement constitutes the only solicitation;
quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular FAR
Deviations FEB 2025 CAAC Letters 2025-01/02 effective 02/08/2025.
This solicitation is set-aside as Unrestrictive.
The associated North American Industrial Classification System (NAICS) code for this
procurement is 325412, with a small business size standard of 1,300 Employees.
The FSC/PSC is 6505.
The VA Tennessee Valley Healthcare System Medical, Nashville Campus, 1310 24th
Avenue South, Nashville, TN 37212-2637 and Alvin C. York (Murfreesboro) Campus,
3400 Lebanon Road, Murfreesboro, TN 37129-1237 is seeking to purchase
Radiopharmaceutical (Isotopes) Supplies and Services.
All interested companies shall provide quotations for the following:
Price/Cost Schedule see Attachment 1.
Statement of Work see Attachment 2.
Quality Assurance Surveillance Plan (QASP) see Attachment 3.
The Contract period of performance is 10/01/2025 – 09/30/2030.
The full text of FAR provisions or clauses may be accessed electronically at
https://www.acquisition.gov/browse/index/far.
he following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, Instructions to Offerors–Commercial Products and Commercial
Services (SEP 2023)
Addendum to FAR 52.212-1
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 4 of 13
(a) North American Industry Classification System (NAICS) code and small business
size standard. The NAICS code(s) and small business size standard(s) for
this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small
business size standard for a concern that submits an quote, other than on
a construction or service acquisition, but proposes to furnish an end item that it did not
itself manufacture, process, or produce is 500 employees, or 150 employees
for information technology value-added resellers under NAICS code 541519, if
the acquisition—
(1) Is set aside for small business and has a value above the simplified acquisition
threshold;
(2) Uses the HUBZone price evaluation preference regardless of dollar value, unless
the offeror waives the price evaluation preference; or
(3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged
women-owned, or women-owned small business set-aside or sole-source award
regardless of dollar value.
(b) Submission of Quotes. Submit signed and dated quotes to the office specified in
this Request for Quote (RFQ) at or before the exact time specified in
this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise
specified in the solicitation. As a minimum, quotes must show—
(1) The solicitation number and sign the SF 1449.
(2) The time specified in the solicitation for receipt of quotations;
(3) The name, address, and telephone number of the quoter;
(4) A technical description of the items being quoted in sufficient detail to evaluate
compliance with the requirements in the solicitation. This may include product literature,
or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms; Complete the Price/Cost Schedule completely-
Attachment 1.
(7) A completed copy of the representations and certifications at
Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those
representations and certifications that the offeror shall complete electronically);
(8) Acknowledgment of Quotation Amendments;
(9) Past performance information will not be considered in simplified acquisition
procurements.
(10) Quotes should include a statement specifying the extent of agreement with all
terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish
required representations, or information, or reject the terms and conditions of
the solicitation may be excluded from consideration.
(c) Period for acceptance of Quotes. The offeror agrees to hold the prices in
its offer firm for 30 calendar days from the date specified for receipt of quotes, unless
another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be
submitted at or prior to the time specified for receipt of quotes. Unless otherwise
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 5 of 13
specified in this solicitation, these samples shall be submitted at no expense to the
Government, and returned at the sender’s request and expense, unless they are
destroyed during preaward testing.
(e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting
alternative terms and conditions, including alternative line items (provided that the
alternative line items are consistent with FAR subpart 4.10), or alternative commercial
products or commercial services for satisfying the requirements of this solicitation.
Each quote submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of quotes.
(1) Quoters are responsible for submitting quotes, and any modifications, revisions, or
withdrawals, so as to reach the Government office designated in the solicitation by the
time specified in the solicitation. If no time is specified in the solicitation, the time for
receipt is 4:30 p.m., local time, for the designated Government office on the date
that quotes or revisions are due.
(2) Any quote received at the Government office designated in the solicitation after the
exact time specified for receipt of quotes is "late" and may not be considered unless it is
received before purchase order issuance and the Contracting Officer determines that
accepting the late quote would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so
that quotes cannot be received at the Government office designated for receipt
of quotes by the exact time specified in the Request for Quote, and urgent Government
requirements preclude amendment of the solicitation or other notice of an extension of
the closing date, the time specified for receipt of quotes will be deemed to be extended
to the same time of day specified in the solicitation on the first work day on which
normal Government processes resume.
(g) Issuance of Purchase Order. The Government may issue a purchase order to one or
more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter’s
initial quote should contain the best terms from a price and technical standpoint.
However, the Government may reject any or all quotes if such action is in the public’s
best interest. In addition, the Contracting Officer (CO) may issue a purchase order to
other than the quoter with the lowest quoted price.
(h) Multiple awards. The Government may accept issue a purchase order for any item
or group of items of a quotation, unless the quoter qualifies the quotation by specific
limitations. Unless otherwise provided in the quotation, offers may not be submitted for
quantities less than those specified in the RFQ. The Government reserves the right to
issue a purchase order for a quantity less than the quantity quoted, at the unit prices
quoted, unless the quoter specifies otherwise in the quote.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item
Descriptions, FPMR Part 101–29, and copies of Federal specifications, standards, and
product descriptions can be downloaded from the ASSIST website
at https://assist.dla.mil.
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 6 of 13
(ii) If the General Services Administration, Department of Agriculture, or Department of
Veterans Affairs issued this solicitation, a copy of specifications, standards, and
commercial item descriptions cited in this solicitation may be obtained from the address
in paragraph (i)(1)(i) of this provision.
(2) Most unclassified Defense specifications and standards may be downloaded from
the ASSIST website at https://assist.dla.mil.
(3) Defense documents not available from the ASSIST website may be requested from
the Defense Standardization Program Office by—
(i) Using the ASSIST feedback module ( https://assist.dla.mil/feedback); or
(ii) Contacting the Defense Standardization Program Office by telephone at 571–767–
6688 or email at assisthelp@dla.mil.
(4) Nongovernment (voluntary) standards must be obtained from the organization
responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier.(Applies to all quotes that exceed the micro-purchase
threshold, and quotes at or below the micro-purchase threshold if the Request for Quote
(RFQ) requires the Contractor to be registered in the System for Award Management
(SAM).) The quoter shall enter, in the block with its name and address on the cover
page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity
identifier that identifies the Quoter's name and address. The Quoter also shall enter
its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a fourcharacter
suffix to the unique entity identifier. The suffix is assigned at the discretion of
the Quoter to establish additional SAM records for identifying alternative EFT accounts
(see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique
entity identifier, it should contact the entity designated at www.sam.gov for unique entity
identifier establishment directly to obtain one. The Quoter should indicate that it is
an planning to submit a quote for a Government Request for Quote (RFQ) when
contacting the entity designated at www.sam.gov for establishing the unique entity
identifier.
(k) [Reserved]
(l) Notification. The CO will not notify unsuccessful quoters that responded to this
Request for Quotation (RFQ).
(End of provision)
2. FAR 52.212-3, Offerors Representations and Certifications–Commercial Products
and Commercial Services (MAY 2024) (DEVIATION FEB 2025)
Offerors must complete annual representations and certifications electronically via
the System for Award Management (SAM) website located at https://sam.gov/ in
accordance with FAR 52.212-3, “Offerors Representations and Certifications–
Commercial Products and Commercial Services.” If paragraph (j) of the provision is
applicable, a written submission is required.
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 7 of 13
3. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV
2021)
The following contract clauses apply to this acquisition:
• FAR 52.212-4, Contract Terms and Conditions–Commercial Products and
Commercial Services (NOV 2023)
Addendum to FAR 52.212-4
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
(AUG 2020)
52.216-18 ORDERING (AUG 2020)
(a) Any supplies and services to be furnished under this contract shall be ordered by
issuance of delivery orders or task orders by the individuals or activities designated
in the Schedule. Such orders may be issued from 10/01/2025 through 09/30/2030.
(b) All delivery orders or task orders are subject to the terms and conditions of this
contract. In the event of conflict between a delivery order or task order and this
contract, the contract shall control.
(c) A delivery order or task order is considered "issued" when—
(1) If sent by mail (includes transmittal by U.S. mail or private delivery service),
the Government deposits the order in the mail;
(2) If sent by fax, the Government transmits the order to the Contractor’s fax
number; or
(3) If sent electronically, the Government either—
(i) Posts a copy of the delivery order or task order to a Government document
access system, and notice is sent to the Contractor; or
(ii) Distributes the delivery order or task order via email to the Contractor’s email
address.
(d) Orders may be issued by methods other than those enumerated in this clause
only if authorized in the contract.
(End of Clause)
52.216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order. When the Government requires supplies or services
covered by this contract in an amount of less than 15.00, the Government is not
obligated to purchase, nor is the Contractor obligated to furnish, those supplies
or services under the contract.
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 8 of 13
(b) Maximum order. The Contractor is not obligated to honor—
(1) Any order for a single item in excess of 6,000.00;
(2) Any order for a combination of items in excess of 500,000.00; or
(3) A series of orders from the same ordering office within 3 days that
together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of
this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause
at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the
Government is not required to order a part of any one requirement from the
Contractor if that requirement exceeds the maximum-order limitations in
paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor
shall honor any order exceeding the maximum order limitations in paragraph (b),
unless that order (or orders) is returned to the ordering office within 3 days after
issuance, with written notice stating the Contractor's intent not to ship the item (or
items) called for and the reasons. Upon receiving this notice, the Government
may acquire the supplies or services from another source.
(End of Clause)
52.216-21 REQUIREMENTS (OCT 1995)
(a) This is a requirements contract for the supplies or services specified, and
effective for the period stated, in the Schedule. The quantities of supplies or
services specified in the Schedule are estimates only and are not purchased by
this contract. Except as this contract may otherwise provide, if the Government's
requirements do not result in orders in the quantities described as "estimated" or
"maximum" in the Schedule, that fact shall not constitute the basis for an
equitable price adjustment.
(b) Delivery or performance shall be made only as authorized by orders
issued in accordance with the Ordering clause. Subject to any limitations in the
Order Limitations clause or elsewhere in this contract, the Contractor shall
furnish to the Government all supplies or services specified in the Schedule and
called for by orders issued in accordance with the Ordering clause. The
Government may issue orders requiring delivery to multiple destinations or
performance at multiple locations.
(c) Except as this contract otherwise provides, the Government shall order
from the Contractor all the supplies or services specified in the Schedule that are
required to be purchased by the Government activity or activities specified in the
Schedule.
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 9 of 13
(d) The Government is not required to purchase from the Contractor
requirements in excess of any limit on total orders under this contract.
(e) If the Government urgently requires delivery of any quantity of an item
before the earliest date that delivery may be specified under this contract, and if
the Contractor will not accept an order providing for the accelerated delivery, the
Government may acquire the urgently required goods or services from another
source.
(f) Any order issued during the effective period of this contract and not
completed within that period shall be completed by the Contractor within the time
specified in the order. The contract shall govern the Contractor's and
Government's rights and obligations with respect to that order to the same extent
as if the order were completed during the contract's effective period; provided,
that the Contractor shall not be required to make any deliveries under this
contract after one year after Requirement end 09/30/2030.
(End of Clause)
52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989)
The Government may increase the quantity of supplies called for in the
Schedule at the unit price specified. The Contracting Officer may exercise the
option by written notice to the Contractor within 5. Delivery of the added items
shall continue at the same rate as the like items called for under the contract,
unless the parties otherwise agree.
(End of Clause)
52.217-7 OPTION FOR INCREASED QUANTITY—SEPARATELY PRICED
LINE ITEM (MAR 1989)
The Government may require the delivery of the numbered line item,
identified in the Schedule as an option item, in the quantity and at the price
stated in the Schedule. The Contracting Officer may exercise the option by
written notice to the Contractor within 5 . Delivery of added items shall continue
at the same rate that like items are called for under the contract, unless the
parties otherwise agree.
(End of Clause)
VAAR 852.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (DEC
2022)
VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
(NOV 2018)
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 10 of 13
VAAR 852.222-71 COMPLIANCE WITH EXECUTIVE ORDER 13899
(DEVIATION) (APR 2025)
VAAR 852.246-71 REJECTED GOODS (OCT 2018)
(End of Addendum to 52.212-4)
• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders – Commercial Products and Commercial Services (JAN 2025)
(DEVIATION FEB 2025)
The following subparagraphs of FAR 52.212-5 are applicable:
52.203–6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with
Alternate I (NOV 2021)
52.203–17, Contractor Employee Whistleblower Rights (NOV 2023)
52.204–27, Prohibition on a ByteDance Covered Application (JUN 2023)
52.204–30, Federal Acquisition Supply Chain Security Act Orders— Prohibition. (DEC
2023)
52.209–6, Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025)
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(OCT 2018)
52.219–4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (OCT 2022)
52.219-8, Utilization of Small Business Concerns (JAN 2025)
52.219-28, Postaward Small Business Program Rerepresentation (JAN 2025)
52.222–19, Child Labor—Cooperation with Authorities and Remedies (JAN 2025)
52.222–36, Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222–37, Employment Reports on Veterans (JUN 2020)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(DEC 2010)
52.222-50, Combating Trafficking in Persons (NOV 2021)
52.225–5, Trade Agreements (NOV 2023)
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 11 of 13
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY
2024)
52.229–12, Tax on Certain Foreign Procurements (FEB 2021)
52.232-33, Payment by Electronic Funds Transfer—System for Award Management
(OCT 2018)
52.240–1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by
American Security Drone Act—Covered Foreign Entities (NOV 2024)
All quoters shall submit the following: Shall submit quotes via email to
Lori.Ellis2@va.gov on or before July 22, 2025.
All questions shall be sent in writing to Attn to Lori Ellis, Quote number via
Lori.Ellis2@va.gov and by July 15, 2025 at 10:00 am CST.
Award will be based upon a comparative evaluation of quotes in accordance with the
Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by
side pairwise comparison of quotes based on factors resulting in a Contracting Officer
decision for the quote most favorable to the Government.
Options will be evaluated at time of award.
The following are the decision factors: Technical, Past Performance, Price.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
ADDENDUM to 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND
COMMERCIAL SERVICES
(a) Basis for Award. The Government will issue a purchase order to the responsible
quoter whose quotation conforming to the solicitation will be most advantageous to the
Government, price and other factors considered.
(1) The following factors shall be used to evaluate quotations: The factors such as
(1) technical capability or quality of the item offered to meet the Government
requirement; (2) price; and (3) past performance. The following is standard evaluation
criteria.
(2) Technical
(3) Past Performance
(4) Price
(1) Evaluation Approach. The Government will evaluate quotations using the
comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 12 of 13
be compared to one another to determine which provides the best benefit to the
Government. The Government reserves the right to consider a quotation other than the
lowest price that provides additional benefit(s). Quotations may exceed minimum
requirements of the solicitation. The Government reserves the right to select a quotation
that provides benefit to the Government that exceeds the minimum requirements of the
solicitation but is not required to do so. Each response must meet the minimum
requirements of the solicitation. The Government is not requesting or accepting
alternate quotations. The evaluation will consider the following:
1. Technical or Quality.
2. Past Performance: The past performance evaluation will assess the relative risks
associated with a quoter’s likelihood of success in fulfilling the solicitation’s
requirements as indicated by the quoter’s record of past performance. The past
performance evaluation may be based on the contracting officer’s knowledge of
and previous experience with the supply or service being acquired; Customer
surveys, and past performance questionnaire replies; Contractor Performance
Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other
reasonable basis.
3. Price: The Government will evaluate the price by adding the total of all line item
prices, including all options. The Total Evaluated Price will be that sum.
(b) Options. The Government will evaluate quotations for award purposes by
adding the total price for all options to the total price for the basic requirement. This
includes options under FAR 52.217-8, Option to Extend Services, which applies to this
solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding
six months of the quoter's price for the last potential period of performance under this
contract to the quoter's total price. For example, if the contract includes option periods
that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of
evaluation will include the base period, all option periods, and an additional six months
of the last option period. Quoters must price only the base and option periods specified
in the contract line-item numbers (CLINs), and shall not submit a price for the potential
six-month extension of services under FAR 52.217-8. The Government reserves the
right to exercise the option under FAR 52.217-8 before the end of any of the contractor's
performance periods and will be exercised at the price and/or rates in effect at the time
the clause is exercised. Evaluation of options shall not obligate the Government to
exercise the option(s).
To facilitate the award process, all quotes must include a statement regarding the terms
and conditions herein as follows:
Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 13 of 13
"The terms and conditions in the solicitation are acceptable to be included in
the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in
the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than 10:00 am EST July 22,
2025, at Lori.Ellis2@va.gov. Special instructions No hand delivery will be accepted, all
quotes must submit via email as a pdf.
Late submissions shall be treated in accordance with the solicitation provision at FAR
52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via
e-mail to the Point of Contact listed below.
Point of Contact
Lori L Ellis, Contracting Officer, 615-225-5507 and e-mail address Lori.Ellis2@va.gov.
See attached document: Attachment 1 -36C24925Q0304 LineItems.
See attached document: Attachment 2- STATEMENT OF WORK.
See attached document: Attachment 3 -QUALITY ASSURANCE SURVEILLANCE PLAN.