This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Medical Readiness Contracting Office-West has an upcoming requirement to solicit and award for a base period twelve-months (12) to provide RADIOPHARMACUETICALS AND COLD KITS for William Beaumont Army Medical Center, (WBAMC) Fort Bliss, Texas. Basic requirement details are listed below. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees’, regarding this requirement is strictly prohibited.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
The North American Classification System (NAICS) code for this requirement is 325412– Pharmaceutical Preparation Manufacturing. The Small Business Size Standard in millions of dollars is 1,250 number of employees.
Responses to this Sources Sought Notice should demonstrate the firm’s ability, capability, and responsibility to provide and deliver the products listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 3 pages and shall include the following information:
•Offeror’s name, address, point of contact, phone number, and e-mail address.
•Offeror’s interest in providing a proposal/quote on the solicitation when it is issued.
•Offeror’s capability to provide the products being requested.
•For reference the proposed offeror must be able to provide the following item(s):
Vendor must be able to provide all radiopharmaceuticals and cold kits on the attached exhibit and provide on call STAT dose on weekdays, weekends, and holidays for emergence procedures such as Brain death studies, lung scans, hepatobiliary scans and GI bleed scans.
SALIENTS CHARACTERISTERICS
The vendor shall deliver Isotopes between 6:00 a.m. and 5:00 p.m., CST, Monday thru Friday for the duration of any resultant contract until otherwise specified.
- The vendor shall have after hour and STAT delivery as needed for expedited delivery of radiopharmaceuticals and on-call request.
- Isotopes must be produced locally due to shelf-life not exceeding 24 hours. If the local area is malfunctioning, FDG-18 from outside the local area shall be available for use.
- Reagents / Radiopharmaceuticals must be approved be approved by the FDA.
- Reagents / Radiopharmaceuticals must be compatible with existing Mo99/Tc99m Generator within the hospital.
SALIENTS CHARACTERISTERICS FOR Indium-111 oxyquinoline:
- Indium in 111 oxyquinoline (oxine) must be a diagnostic radiopharmaceutical intended for radiolabeling autologous leukocytes.
- It must be supplied as a sterile, non-pyrogenic, isotonic aqueous solution with a pH range of 6.5 to 7.5.
- Each ml of the solution must contain 37 MBq, 1 mCi of indium in 111 no carrier added,>1.85 GBq/mg indium (>50 mCi/mg indium) at calibration time, 50 mg oxyquinoline, 100 mg polysorbate 80,and a 6 mg of HEPES (N-2-hydroxyethyl- piperazine-N¢-2-ethane sulfonic acid) buffer in 0.75% sodium chloride solution.
- The drug must be intended for single use only and contains no bacteriostatic agent.
- The radionuclidic impurity limit for indium 114m must be not greater than 37kBq, 1 mCi of indium 114m per 37 MBq, 1 mCi of indium In 111 at the time of calibration.
- The radionuclidic composition at expiration time must not be less than 99.75% of indium In 111 and not more than 0.25% of indium In 114m/114.
- Chemical name must equal Indium In 111 oxyquinoline (oxine).
Offeror’s capability to perform a contract of this magnitude and complexity (include offeror’s capability to provide RADIOPHARMACUETICALS AND COLD KITS for William Beaumont Army Medical Center, (WBAMC) Fort Bliss, Texas. -provide at least three (3) examples. Documentation of appropriate products must be presented in sufficient detail for the Government to determine that your company possesses the necessary means to compete for this acquisition.
Offeror’s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability.
Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government.
Interested Offeror shall respond to this Sources Sought Notice no later than 15 September 2025 at 8:00 A.M Central Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at https://beta.SAM.gov to be eligible for award of Government contracts. Email your response to Sheryl J. Egans, Contract Specialist: sheryl.j.egans.civ@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE ONLY CURRENT METHOD FOR CONTACT.