Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2025 SAM #8725
SOLICITATION NOTICE

65 -- Locametz (Ga68 gozetotide)

Notice Date
10/14/2025 7:58:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) San Antonio TX 78240 USA
 
ZIP Code
78240
 
Solicitation Number
36C25726Q0043
 
Response Due
10/20/2025 1:00:00 PM
 
Archive Date
11/01/2025
 
Point of Contact
Vance Farrell, Contract Specialist, Phone: 2106946379
 
E-Mail Address
vance.farrell@va.gov
(vance.farrell@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25726Q0043 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. (iv) This solicitation is issued as Unrestricted Full and Open Competition, with the associated NAICS code of 325412, which has a small business size standard of 1,300 personnel. (v) Requested items and services; Locametz® [kit for preparation of gallium Ga 68 gozetotide], Quantity: 50 (see attached Statement of Work for the contractor qualifications, and description of the required item). Request is for an annual standing order (ordered on an as-needed basis [estimated quantity]). (vi) This requirement is for providing the item to the VA North Texas Health Care System (VANTHCS), 4500 S. Lancaster Rd., Dallas, TX 75216-7167. (vii) The anticipated Delivery Period for the requirement is 25 October 2025 through 24 October 2026. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. This solicitation requires submission of information, other than price; see item xiii below for the additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Evaluation factors for the solicitation are Technical and Price. Technical and Past Performance, when combined, are significantly more important than Price. Evaluation of the offers will be conducted as lowest priced technically acceptable. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, applies to this acquisition. Offerors who have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses within FAR 52.212-5 applicable to the solicitation include: 52.203-17, Contractor Employee Whistleblower Rights, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-27, Prohibition on a ByteDance Covered Application, 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, 52.209-6, Protecting the government s interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Representation, 52.219-33, Nonmanufacturer Rule, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-50, Combating Trafficking in Persons, 52.223-23, Sustainable Products and Services, 52.225-13, Restrictions on Certain Foreign Purchases, 52.226-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.229-12, Tax on Certain Foreign Procurements, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, and 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities Additional clauses applicable to this procurement include: 52.252-2, Clauses Incorporated by Reference, 52.204-13, System for Award Management Maintenance, 52.204-18, Commercial and Government Entity Code Maintenance, 52.217-6, Option for Increased Quantity, 852.203.70, Commercial Advertising, 852.223-71, Safety and Health, 852.232-72, Electronic Submission of Payment Requests, 852.242-71, Administrative Contracting Officer, 852.246-71, Rejected Goods, 852.247-73, Packing for Domestic Shipment, (xiii) This acquisition includes additional submission requirements. Other additional submission requirements are: This solicitation includes FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The offeror must have completed the provision 52.204-26 on-line at the System for Award Management (SAM https://sam.gov.content.home) prior to providing an offer. This solicitation includes FAR provision 52.211-6, Brand Name, or Equal. The offeror must provide a description of the item if an equal or alternate item is being offered. Offeror must submit the following for evaluation of the offeror s Technical Capability: Offeror must provide copies of all relevant licenses, certifications, and/or partnering agreements. (SOW, Contractor Qualifications) Offerors are to provide pricing with their offer. Offerors are to provide pricing in their own format (Microsoft or PDF document). The quantities described in the price/cost schedule are an estimated annual quantity. Failure to provide all of the submission requirements may determine the offeror s proposal to be non-compliant to the solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 20 October 2025, 3:00 PM CST. Offer must be submitted by email to Vance Farrell at vance.farrell@va.gov. Due to email constraints by the VA, it is requested that emails sent to the POC be no larger than 12MB in size. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. If needed, submit the offer content in multiple emails. (xvi) Questions regarding information in the solicitation must be submitted in writing to the solicitation Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. It is requested that all questions be submitted no later than 16 October 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2cf694a876874b2486f31cf6d2153718/view)
 
Place of Performance
Address: Delivery To: VA North Texas Health Care System Nuclear Medicine 4500 S. Lancaster Rd., Dallas, TX 75216-7167, USA
Zip Code: 75216-7167
Country: USA
 
Record
SN07618413-F 20251016/251014230038 (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.