SOLICITATION NOTICE
65 -- Radiopharmaceuticals - Hines Nuclear Medicine
- Notice Date
- 8/13/2025 9:52:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0657
- Response Due
- 8/25/2025 2:00:00 PM
- Archive Date
- 08/30/2025
- Point of Contact
- Stacy Massey, Contracting Officer, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Awardee
- null
- Description
- 36C25225Q0657 Effective Date: 03/15/2023 Revision: 01 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 Deviations JUL 2025 (eff. 07/11/2025) VAAR DEVIATION APR 2025 (eff. 04/01/2025) VAAM Alert 24-10 (eff. 04/09/2024) Acquisition Policy Flash 25-12 (eff. 07/11/2025). This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 325412, Pharmaceutical Preparation Manufacturing. The small business size standard of 1,250 employees. The FSC/PSCs 6505, Drugs and Pharmaceutical Products. The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Edward J. Hines, Jr. VA Hospital, Nuclear Medicine Clinic, located at 5000 South 5th Street, Hines, IL 60141-3030, requires daily and emergency deliveries of unit dose radiopharmaceuticals for nuclear medicine examinations. A contract is anticipated to be awarded covering a base period with two 12-month option periods. Routine deliveries are required Monday through Friday between 7:00 a.m. and 2:30 p.m., with multiple deliveries needed daily. Extended hours and weekend deliveries may also be necessary. Note that the facility will be closed on National Holidays. This requirement is for non-personal services. The contractor will be responsible for comprehensive management, oversight, supervision, labor, transportation, tools, materials, parts, other items, and the necessary support to perform all work, execute services, and complete all deliverables as specified in the Statement of Work. Interested contractors are invited to provide quotations for the following: Price/Cost Schedule & Item Information Base Period 10/01/2025 09/30/2026 Line Item Description Normal Dose Unit of Measure Estimated Qty Unit Price Total 0001 Thallium 201 Chloride 4mCi UD 3 0002 In-111 labeled leukocyte (VA does not provide In-111 Oxine) 500uCi EA 1 0003 1-123 Capsules 200uCi UD 90 0004 I131 high dose capsules 100mCi UD 5 0005 I-131 low dose Capsules 10 mCi UD 10 0006 Tc99 HDP - Amylodisis 20 mCi UD 20 0007 Tc99 DTPA aerosol 30 mCi UD 200 0008 Tc99m MAA Shunt 5mCi UD 35 0009 Tc99m MAA 5mCi UD 220 0010 Tc99m myocardial perfusion agent: Tc99m Tetrofosmin 5-10 mCi rest 20-35 mCi stress UD 2300 (1100 rest; 1200 stress) 0011 Tc99m Sestamibi: parathyroid imaging for Parathyroid 20 mCi UD 15 0012 Tc99m MAG3 6 mCi UD 40 0013 Tc99m Mebrofenin 6 mCi UD 60 0014 Tc99m MDP 20 mCi UD 120 0015 Tc99m Sulfur Colloid 1 mCi (gastric empty) UD 60 0016 Tc99m Sulfur Colloid 8 mCi UD 2 0017 Tc99m Sulfur Colloid Ultra filtered 1mCi (lymphoscinti-graphy) UD 15 0018 Tc99m Pertechnetate Unit Dose 35 mCi UD 25 0019 Tc99m Pertechnetate Unit Dose 50mCi UD 5 0020 Tc99m Pertechnetate Bulk 250 UD 4 0021 Tc99m PYP 25mCi UD 12 0022 Gallium 6mCi UD 1 0023 Ga 68 Dotatate 5mCi UD 25 0024 Cold PYP vial Cold EA 25 0025 Cold Ultra Tag kit Cold EA 20 0026 F18 FDG (Fludeoxyglucose F 18) 15mCi EA 15 Option Year One 10/01/2026 09/30/2027 Line Item Description Normal Dose Unit of Measure Estimated Qty Unit Price Total 1001 Thallium 201 Chloride 4mCi UD 3 1002 In-111 labeled leukocyte (VA does not provide In-111 Oxine) 500uCi EA 1 1003 1-123 Capsules 200uCi UD 90 1004 I131 high dose capsules 100mCi UD 5 1005 I-131 low dose Capsules 10 mCi UD 10 1006 Tc99 HDP - Amylodisis 20 mCi UD 20 1007 Tc99 DTPA aerosol 30 mCi UD 200 1008 Tc99m MAA Shunt 5mCi UD 35 1009 Tc99m MAA 5mCi UD 220 1010 Tc99m myocardial perfusion agent: Tc99m Tetrofosmin 5-10 mCi rest 20-35 mCi stress UD 2300 (1100 rest; 1200 stress) 1011 Tc99m Sestamibi: parathyroid imaging for Parathyroid 20 mCi UD 15 1012 Tc99m MAG3 6 mCi UD 40 1013 Tc99m Mebrofenin 6 mCi UD 60 1014 Tc99m MDP 20 mCi UD 120 1015 Tc99m Sulfur Colloid 1 mCi (gastric empty) UD 60 1016 Tc99m Sulfur Colloid 8 mCi UD 2 1017 Tc99m Sulfur Colloid Ultra filtered 1mCi (lymphoscinti-graphy) UD 15 1018 Tc99m Pertechnetate Unit Dose 35 mCi UD 25 1019 Tc99m Pertechnetate Unit Dose 50mCi UD 5 1020 Tc99m Pertechnetate Bulk 250 UD 4 1021 Tc99m PYP 25mCi UD 12 1022 Gallium 6mCi UD 1 1023 Ga 68 Dotatate 5mCi UD 25 1024 Cold PYP vial Cold EA 25 1025 Cold Ultra Tag kit Cold EA 20 1026 F18 FDG (Fludeoxyglucose F 18) 15mCi EA 15 Option Year Two 10/01/2027 09/30/2028 Line Item Description Normal Dose Unit of Measure Estimated Qty Unit Price Total 2001 Thallium 201 Chloride 4mCi UD 3 2002 In-111 labeled leukocyte (VA does not provide In-111 Oxine) 500uCi EA 1 2003 1-123 Capsules 200uCi UD 90 2004 I131 high dose capsules 100mCi UD 5 2005 I-131 low dose Capsules 10 mCi UD 10 2006 Tc99 HDP - Amylodisis 20 mCi UD 20 2007 Tc99 DTPA aerosol 30 mCi UD 200 2008 Tc99m MAA Shunt 5mCi UD 35 2009 Tc99m MAA 5mCi UD 220 2010 Tc99m myocardial perfusion agent: Tc99m Tetrofosmin 5-10 mCi rest 20-35 mCi stress UD 2300 (1100 rest; 1200 stress) 2011 Tc99m Sestamibi: parathyroid imaging for Parathyroid 20 mCi UD 15 2012 Tc99m MAG3 6 mCi UD 40 2013 Tc99m Mebrofenin 6 mCi UD 60 2014 Tc99m MDP 20 mCi UD 120 2015 Tc99m Sulfur Colloid 1 mCi (gastric empty) UD 60 2016 Tc99m Sulfur Colloid 8 mCi UD 2 2017 Tc99m Sulfur Colloid Ultra filtered 1mCi (lymphoscinti-graphy) UD 15 2018 Tc99m Pertechnetate Unit Dose 35 mCi UD 25 2019 Tc99m Pertechnetate Unit Dose 50mCi UD 5 2020 Tc99m Pertechnetate Bulk 250 UD 4 2021 Tc99m PYP 25mCi UD 12 2022 Gallium 6mCi UD 1 2023 Ga 68 Dotatate 5mCi UD 25 2024 Cold PYP vial Cold EA 25 2025 Cold Ultra Tag kit Cold EA 20 2026 F18 FDG (Fludeoxyglucose F 18) 15mCi EA 15 Pricing Overview Total Cost for each Period of Performance Base Period $ Option Year One $ Option Year Two $ Total $ Statement of Work/Description/Specifications OBJECTIVE: The Nuclear Medicine Clinic at Edward J. Hines, Jr. VA Hospital, located at 5000 South 5th Street, Hines, IL 60141-3030 (hereinafter referred to as VA), requires radiopharmaceuticals to perform nuclear medicine studies. These studies will be conducted as deemed medically appropriate and as requested by the VA. SCOPE: The contractor shall provide unit dose radiopharmaceuticals for the Nuclear Medicine Department at Hines VA Hospital. This includes both daily and emergency deliveries, accommodating off-hours as necessary to support nuclear medicine examinations. PLACE OF PERFORMANCE: Deliveries will be made to Nuclear Medicine Clinic at Edward J. Hines, Jr. VA Hospital, located at 5000 South 5th Street, Hines, IL 60141-3030. PERIOD OF PERFORMANCE: The expected period of performance for this acquisition is the following: Base Period: 10/01/2025 through 09/30/2026 Option Year One: 10/01/2026 through 09/30/2027 Option Year Two: 10/01/2027 through 09/30/2028 Option years may or may not be exercised based on the needs of (and at the discretion of) the Government. The contract is subject to the availability of VA funds. SPECIFIC TASKS: Delivery and Pickup Requirements: The contractor must provide daily routine deliveries and pickups as well as emergency deliveries and pickups. Routine weekday (Monday-Friday) delivery times: 7:00 AM (1st daily delivery) 9:30 AM (2nd daily delivery) 12:30 PM (3rd daily delivery) 2:30 PM (4th daily delivery) There are no scheduled weekend deliveries. The VA may require emergency orders within two hours of receiving the order by phone or otherwise from the VA. Emergency orders are typically requested before 11 PM on weekdays and between 7 AM and 11 PM on weekends. During off-hours, the driver will provide the On-Call technologist with an estimated time of arrival (ETA), and the technologist will meet the driver at the Nuclear Medicine Hot Lab. Federal Holidays currently observed by the facility are listed in the table below. New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth Independence Day June 19th Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Other Federal Holidays Any other day specifically declared to be a national holiday (per Federal Statute, Executive Order, or by the President s Proclamation). An alternative delivery schedule may be utilized if mutually agreed upon by the government and the contractor. Labeling Requirements: The contractor shall label all delivered products with the unit and size of the radiopharmaceutical, time of preparation, patient s name (if available), expiration time, and date. Packaging Requirements: Items must be adequately packaged to prevent damage during handling and storage. All packaging and labeling must meet all federal and state regulations. Packaging of radioactive material must be clearly labeled ""RADIOACTIVE"" on the outside of the carton in which it is shipped. Safety Data Sheets (SDS): The contractor should provide current Safety Data Sheets (SDS) and updates on all delivered products if requested. Regulatory Compliance: Contractors must comply with all federal and Illinois Emergency Management Agency, Department of Transportation, FDA, USP 825 guidelines, and all other applicable agency rules and regulations. Licensing Requirements: The contractor shall be licensed by the State of Illinois. Additionally, contractors should be licensed by the Nuclear Regulatory Commission or the Illinois Emergency Management Agency (IEMA) and be regularly established in the business of providing radionuclides in Illinois. Contractors must provide copies of these licenses and certifications to the Contracting Officer in the process of responding to the RFQ. Quality Control: The contractor shall perform quality control on all compounded doses at no cost to the VA. A detailed description of quality control tests shall be provided upon request, particularly when a dose appears to localize improperly. Sales Representative: The contractor shall assign an individual sales representative to facilitate smooth coordination between the hospital and the contractor s laboratory pharmacy. Pickup of Delivery Cases: The contractor shall pick up used delivery cases and empty pigs. Replacement of Damaged or Incorrect Products: Any costs to replace damaged or incorrect products will be borne by the contractor. Replacements must be received within 48 hours of notification by the VA. Summary Reporting: The contractor will provide a weekly or monthly summary listing the quantity of unit doses delivered within 5 business days at the end of the billing period. SPECIAL CONTRACT REQUIREMENTS: Performance Monitoring: The VA will monitor performance by comparing monthly invoices against the orders placed by the service for accuracy. The VA will notify the vendor if delivery times fall outside of the required schedule or if there are discrepancies between invoicing and actual deliveries. Risk Control: This contract involves the handling of radioactive materials regulated by the Nuclear Regulatory Commission (NRC) and the National Health Physics Program (NHPP). The vendor is responsible for the safe transportation and delivery of these materials from the centralized nuclear pharmacy to the facility, ensuring compliance with Department of Transportation (DOT) regulations. Identification and Badges: Any individual performing work under this contract shall wear a badge or other identification while on site that is clearly displayed at all times. Badges must have an identification picture, name of the individual and the represented company. While on site, any person performing work directly or indirectly must be able to specify their authorized purpose for their presence at the facility if such information is requested by VA facility personnel. Parking: It is the responsibility of the contractor to park in the appropriate designated parking areas, to avoid ticketing or towing (if/when on site at the facility). Information on parking is available from the facility if requested by the contractor. Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under the final contract when executed. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will impact/change price, quantity, or quality of performance of this contract. In the event the Contractor makes any such change at the direction of any person other than the Contracting Officer, this change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be made via an amendment and/or modification to the contract by the Contracting Officer in writing to the Contractor. Invoicing and Payment: Contractor is authorized prompt payment IAW applicable regulation following the successful performance of work, execution of services, and completion of required deliverables. Contractor invoices shall be submitted IAW VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Invoices submitted for payment must be detailed to the extent necessary to reflect the work done and the services performed during the time periods when completed so an accurate assessment can be made by the facility for certification of these invoices for payment. Advance payments are not authorized, and contractors are not authorized payment for planned or anticipated work not performed and/or for work that has not been successfully completed. Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrence. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. Option to Extend the Term of the Contract: The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Statement of Work/Description/Specifications) Period of Performance Base Period: 10/01/2025 to 09/30/2026 Option Year One: 10/01/2026 to 09/30/2027 Option Year Two: 10/01/2027 to 09/30/2028 Place of Performance/Place of Delivery Address: Edward J. Hines, Jr. VA Hospital 5000 South 5th Street Hines, IL Postal Code: 60141-3030 Country: UNITED STATES This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/vaar The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) Refer to Attachment 1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.225-18, Place of Manufacture (AUG 2018) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) Refer to Attachment 2: 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offeror 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://www.sam.gov/portal 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. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 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 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR52.217-7, Option for Increased Quantity-Separately Priced Line Item (MAR 1989) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.229-3, Federal, State, and Local Taxes (FEB 2013) FAR 52.232-18, Availability of Funds (APR 1984) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.211-76, Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023) VAAR 852.222-71, Compliance with Executive Order 13899 (DEVIATION)(APR 2025) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.237-74, Nondiscrimination in Service Delivery (OCT 2019) VAAR 852.237-75, Key Personal (OCT 2019) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.247-71, Delivery Location (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) Refer to Attachment 3: Tailored 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Additional information can be found at http://www.fsc.va.gov/einvoice.asp. Protests Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. All quoters shall submit the following: Refer to ATTACHMENT 2: Tailored FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES When preparing offers/quotes in response to this solicitation offerors shall refer to FAR 52.212-1 (Instructions to Offerors Commercial Items), FAR 52.212-2 (Evaluation-Commercial Items) and Addendum FAR Part 52.212-2. These sections contain specific instructions, guidance, format, and exact requirements for what constitutes a complete and responsive offer/quote. As specified in these sections an incomplete and/or non-responsive offer/quote shall not be considered for a contract award by the contracting officer. All quotes shall be sent to the Contracting Officer at Stacy.Massey@va.gov. Evaluation The 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 price and other factors resulting in a Contracting Officer s decision for the quote that is most favorable to the Government. Refer to ATTACHMENT 3: TAILORED 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. The following are the decision factors: Technical specifications and compliance with requirement, Delivery schedule, Past performance, Veteran Involvement, and Price The award will be made to the contractor whose response is most advantageous to the Government. Responses should contain your best terms and conditions. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""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 5:00pm on August 25, 2025. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. 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 Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef8cd37a93e24787a2c9cdeeb1cd2b0d/view)
- Place of Performance
- Address: Department of Veterans Affairs Edward J. Hines, Jr. VA Hospital Nuclear Medicine 5000 South 5th Avenue, Hines, IL 60141-3030, USA
- Zip Code: 60141-3030
- Country: USA
- Zip Code: 60141-3030
- Record
- SN07549907-F 20250815/250813230055 (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 |