Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOURCES SOUGHT

65 -- Rubidium Generator for supply of Rb-82

Notice Date
6/11/2025 3:28:01 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26025Q0632
 
Response Due
6/20/2025 3:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
Jazir Fahim, Phone: 9072013903
 
E-Mail Address
jazir.fahim@va.gov
(jazir.fahim@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Department of Veterans Affairs, VISN 20, in support of the Puget Sound VA Healthcare System, is performing market research to compile data regarding: (1) The availability and capability of qualified small business concerns; (2) Identify if there are sufficient number of qualified Service-Disabled Veteran-Owned Small Business, Veteran Owned Small Business, HUB Zone 8(a), Women-Owned Small Business, or Small Disadvantaged Business, Small Business concerns relative to the subject North American Industry Classification System (NAICS) code. Responses to the information requested will assist the Government in determining the appropriate procurement method, including any set-aside decision. Respondents should clearly describe their capabilities to include management experience, equipment and personnel or the ability to obtain them. Furthermore, interested sources must also meet all requirements of Federal, State, and Local Municipal codes regarding operations of this type of service. The NAICS code assigned is: 339113 � Surgical Appliance and Supplies Manufacturing The small business size standard is 800 employees. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the Puget Sound VA Healthcare System to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contract Opportunities on Sam.gov. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs, Network Contracting Office 20, is seeking sources that can provide Rubidium Generator for production of Rb-82. An equal brand product will be considered if it has the same characteristics as listed below: A vendor is needed to supply the Rubidium generator for production of Rb-82 to perform Positron Emission Tomography (PET) imaging. The PET scanner was installed mid 2024 at the Seattle VA Puget Sound Health Care System (PSHCS). PET radiopharmaceuticals must be produced by a Rubidium generator that must be delivered to the site once every six weeks. The supply chain is different from non-positron emitting isotopes used in general Nuclear Medicine. Equipment/Supply/Instrument Dimensions (what is the space requirement for the product?): Height Minimum: 64� to Maximum 70� Width Minimum: 22� to Maximum 25� Depth Minimum: 40� to Maximum 45� Weight Minimum: 650 pounds to Maximum 700 pounds Display/Monitor/Screen (If required): n/a Height Minimum: 13� to Maximum 25� Width Minimum: 13� to Maximum 30� Depth Minimum: N/A to Maximum N/A Weight Minimum: N/A to Maximum N/A Additional display requirements: None Software Required/associated with this purchase? None Power Requirements: Yes If Yes, Voltage (AC/DC) range: 120V to 120V Power Cable Length Minimum: 10ft Maximum 12ft Grounded: Yes Battery Powered/Backup: No Environmental Considerations: None Humidity control range from: N/A Heating/Cooling range from: N/A Working Volume/ Product Performance/Additional requirements: N/A Accessories/Consumables: Yes If Yes: 1. CardioGen-82� Patient Admin Sets 2. CardioGen-82� Accessory Pack 3. CardioGen-82� Waste Bottle 4. CardioGen-82� Vented Cap for Waste Bottle 5. Thermal Printer Paper Warranty and Parts/Service Requirements: Yes Minimum Warranty Months/Years: ____ during term of contract: ____ Parts/Service/Support options: ____ covered under contract: ______ Cleaning Instructions: None Additional instructions/Needs/Specifications: The information above is intended to be descriptive, not restrictive, to indicate the quality of equipment that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested source can provide equipment that fulfills the required specifications. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) [ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM)? [ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM? [ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract? If so, what is your contract number?_____________________ [ ] yes [ ] no Does your equipment conform to the Buy American Act and FAR 52.225-1? 52.225-1 Buy American-Supplies | Acquisition.GOV What is the estimated Delivery Date After Receipt of Order (ARO)? _____________ Please include the following information: Company Name: POC: UEI: Address: Email: In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (http://www.fbo.gov). Submit Capability Statements to: Department of Veterans Affairs, VISN 20 Attn: Jazir Fahim, no later than 2:00 PM (AKST), June 20, 2024. Responses must be submitted via e-mail to: jazir.fahim@va.gov. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd3d16ea674d4a72a63364efe855b79a/view)
 
Place of Performance
Address: Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN07474712-F 20250613/250611230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.