Pegfilgrastim with VMI
ID: RFP_75A50324R00004Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSEASPR/ORM-SNSAtlanta, GA, 30341, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

CHEMICAL AND PHARMACEUTICAL PRODUCTS MANUFACTURING MACHINERY (3650)
Timeline
    Description

    The Department of Health and Human Services (HHS) is seeking proposals for the procurement of Pegfilgrastim 6MG/.06ML injection solutions and Vendor Managed Inventory (VMI) services under Solicitation No. 75A50324R00004. The primary objective is to ensure the availability of this critical medication, which is essential for treating acute radiation syndrome and supporting public health emergencies, through a five-year contract that includes a base year and four optional ordering periods. Interested contractors must adhere to strict compliance with FDA regulations, manage inventory effectively, and ensure rapid deployment capabilities during emergencies. Proposals are due by October 2, 2024, and inquiries can be directed to LaMonica Norwood at OSContracting@hhs.gov.

    Point(s) of Contact
    LaMonica Norwood
    OSContracting@hhs.gov
    Files
    Title
    Posted
    The Technical - Past Performance Questionnaire is a component of a federal RFP requiring Offerors to submit past performance data for up to three contracts completed within the last three years. These contracts must be relevant in terms of scope, magnitude, and complexity in relation to the current RFP. For each contract, Offerors must provide basic information such as the contract number, agency name, and title, along with a narrative describing the work performed, relevant outcomes, challenges encountered, and corrective actions taken. Additionally, Offerors must disclose the contract's dollar value, type, performance period, and delivered products. A point of contact (POC) for each project must be provided to facilitate potential follow-up by the government for further clarification or evaluation. This request emphasizes the importance of past experience in securing new contracts, ensuring that Offerors demonstrate their capacity to fulfill the requirements set forth in the RFP based on previous successful engagements.
    The HHS Industry User Guide for Subcontracting Plan Reviews outlines the procedures for vendors to submit subcontracting plans for evaluation by the Department of Health and Human Services (HHS). Vendors can access their plans through the SBCX account portal, where they will find sections for project summaries, subcontracting goals, document uploads, and communication with contracting officials. To complete a subcontracting plan, vendors must identify the plan type, report eligible subcontracting dollars, provide necessary goal data, and specify the Subcontracting Program Administrator. Additionally, they are required to describe inclusion efforts for small businesses and certify the plan's completion and compliance. After submission, a PDF version of the plan is available, and contracting officers may request revisions if needed. The evaluation process involves three approvers—Contracting Officer, Small Business Specialist, and SBA Procurement Center Representative. Support for technical issues is offered via email. This guide is essential for ensuring that vendors meet subcontracting goals while adhering to federal regulations in the context of RFPs and grants.
    This government request for proposal (RFP) outlines the U.S. Department of Health and Human Services' need for Pegfilgrastim 6MG/.06ML (inj, soln, syr, or autoinjector) and vendor-managed inventory (VMI) services, designed to support national preparedness against public health emergencies. The procurement will take place over a five-year period, including a one-year base period and four optional ordering periods. The contract anticipates a combination of firm-fixed price and time-and-material services, with a projected initial quantity of 18,300 units, increasing in subsequent years based on public health needs. The contractor must ensure compliance with FDA regulations and maintain a secure, temperature-controlled environment for inventory. The contractor is tasked with managing inventory effectively through VMI practices, ensuring sufficient stock levels and quality control within defined timelines. Shipping and transportation services for the products must align with stringent federal guidelines, emphasizing the importance of rapid deployment potential in emergencies. Overall, this solicitation underscores the federal government's commitment to maintaining robust health security capabilities and optimizing supply chain efficiency for essential pharmaceuticals.
    Amendment 1 to RFP 75A50324R00004 serves to update the proposal submission guidelines for contractors in relation to pharmaceutical supplies under the ASPR/SNS program. Key changes include an extension of the proposal submission deadline, now due by October 2, 2024, at 4:00 PM Eastern Time. The amendment also addresses questions and answers relevant to the RFP and provides a link for offerors to submit subcontracting plans. Additionally, it incorporates the FAR Clause 52.232-18 regarding the availability of funds for all Contract Line Item Numbers (CLINs) specified in the solicitation. The document outlines important codes, solicitation numbers, and identifies HHS as the administering entity, emphasizing adherence to Federal Acquisition Regulation (FAR) standards and procedures for offerors. Overall, the amendment ensures clarity in the procurement process and compliance with federal guidelines, facilitating a smoother submission and evaluation process for potential contractors.
    The document outlines a Request for Proposal (RFP) #75A50324R00004 from the Department of Health and Human Services (HHS) for the procurement of Pegfilgrastim 6MG/.06ML injection solutions and Vendor Managed Inventory (VMI) services. The RFP emphasizes a full and open competitive process and is not set aside for small businesses. It details that the HHS aims to secure this medication essential for treating acute radiation syndrome and supporting public health emergencies. Key components include an itemized breakdown of costs over a five-year period, including a base year and four optional ordering periods. The contractor is responsible for inventory management, quality control, transportation services, and ensuring compliance with cGMP and applicable FDA regulations. The scope requires maintaining optimal inventory levels, efficient storage, and disaster readiness with a focus on rapid deployment during emergencies. The contractor must adhere to strict protocols for shipping, labeling, and documenting inventory to guarantee timely access to the pharmaceuticals. Overall, this RFP highlights the government's proactive approach to public health preparedness by ensuring the availability of critical treatment options and enhancing logistical capabilities through VMI services.
    The document outlines the Offeror Representations and Certifications for Commercial Products and Services, specifically focusing on the necessary certifications and compliance related to federal contracting. It requires Offerors to either confirm their annual certifications in the System for Award Management (SAM) or provide detailed representations concerning their business status, such as small business and veteran-owned classifications. Key definitions include small disadvantaged businesses, economically disadvantaged women-owned small businesses, and service-disabled veteran-owned small businesses, among others. The provision mandates disclosures regarding business operations, particularly concerning controversial areas like child labor, restricted operations in Sudan, and non-compliance with telecommunications regulations. It also includes stipulations about the "Buy American" requirements and certifications related to federal tax compliance and criminal convictions. The primary purpose of this document is to establish a baseline of representations and certifications necessary for Offerors participating in federal contracts, ensuring transparency and compliance with federal regulations, while also promoting socioeconomic goals within government procurement processes. It serves as a framework to verify the eligibility of contractors based on various criteria pertinent to federal funding, ensuring that the government contracts with responsible and qualified entities.
    The document pertains to a Request for Proposal (RFP) for acquiring Pegfilgrastim 6MG/.06ML (injection solution, syringe, or autoinjector) alongside Vendor Managed Inventory (VMI) services, identified as Solicitation No. 75A50324R00004. It includes a Q&A format addressing various contractor inquiries. The government intends to exercise option years unilaterally as specified in the solicitation. An extension for proposal submission has been granted until October 2, 2024. Questions raised include the possibility of extending the proposal deadline, checking the Strategic National Stockpile (SNS) coverage, and the evaluation criteria for domestic supply chains or ease of use in autoinjector forms. The government clarifies that all proposals will be reviewed without prioritizing domestic supply chains or autoinjector ease of use in evaluation criteria. Multiple pricing submissions for different Pegfilgrastim forms are allowed. The document's structure facilitates clear communication of responses to contractors while detailing expectations for proposal submissions in line with federal regulations and requirements.
    This document serves as a Solicitation Q&A Sheet for a government Request for Proposals (RFP). It is designed for contractors to submit questions concerning the RFP, with a structured format to capture pertinent details such as the section, page, and specific questions raised by the vendors. Each contractor's inquiry is followed by a government response that is highlighted in blue for clarity. The file contains multiple sections where questions and responses can be filled in, indicating ongoing interactions between the government and vendors regarding the RFP process. The purpose of this document is to ensure transparency and facilitate clear communication between the government and potential contractors, thereby enhancing the overall efficiency and effectiveness of the procurement process. By consolidating all questions and providing unified responses, the government aims to create an equitable environment for all vendors involved. Overall, this Q&A Sheet plays a crucial role in ensuring that all parties have a clear understanding of the RFP stipulations and expectations.
    The document serves as a Solicitation Q&A Sheet related to RFP No. 75A50324R00004, outlining contractor inquiries and government responses concerning inventory management for a government contract. Key topics include inventory system access, production capacity requirements, deployment timelines for drug products in emergencies, and shelf-life criteria for deliveries. The government clarifies that contractors need not provide immediate complete inventory but must develop a detailed delivery schedule and production ramp-up strategy. Additionally, there is a twelve-hour notification for emergency shipment delivery, requiring contractors to maintain sufficient stock levels in compliance with regulations. The requirement for 90% shelf-life of products upon government procurement is also emphasized. Contractors must acknowledge amendments to the RFP and provide appropriate delivery timelines in case of increased quantities. Overall, the document highlights essential operational expectations for contractors to ensure effective supply management in public health emergencies.
    This document outlines a pricing template for the procurement of Pegfilgrastim and related services through a federal government solicitation. The contract spans a base year from September 30, 2024, to September 29, 2025, with options for additional quantities and services extending through September 2029. Key components include the delivery of Pegfilgrastim injection solutions, vendor-managed inventory (VMI) services, and transportation services, all categorized under various Contract Line Item Numbers (CLINs). Each CLIN specifies quantity, pricing structure (firm fixed price or time and materials), and references a Statement of Work (SOW). The document delineates base quantities starting with 18,300 units, with potential increases in subsequent optional periods, reaching up to 60,300 units. The purpose of the RFP is to secure essential pharmaceutical supplies and services, illustrating the federal commitment to managing healthcare resources efficiently. This structured approach ensures clear financial expectations while adhering to procurement standards necessary for government contracts.
    Lifecycle
    Title
    Type
    Pegfilgrastim with VMI
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Atropine and Pralidoxime Chloride, 'Duodote Kit"
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Office of the Assistant Secretary for Administration, is seeking quotes for the procurement of Atropine and Pralidoxime Chloride Autoinjectors, known as the "Duodote Kit." The requirement includes a total of 171 boxes, each containing 30 autoinjectors, to be delivered to the DHHS Receiving Dock located in Perry Point, Maryland. These autoinjectors are critical for emergency medical treatment, particularly in cases of organophosphate poisoning. Interested vendors should direct their inquiries to Tim Bouchelle at Timothy.Bouchelle@hhs.gov or by phone at 443-947-6039, with no set-aside restrictions applicable to this solicitation.
    6505--LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB (VA-26-00008212)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to supply LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB, as part of solicitation number 36C77026Q0005. This procurement involves delivering a total of 1,460 boxes of the pharmaceutical product to the VA CMOP facility in Hines, Illinois, with a base period and four option years, each requiring delivery by January 5th of the respective year. The goods are critical for patient care within the VA healthcare system, emphasizing the importance of timely and compliant delivery. Interested vendors must submit their proposals, including a signed SF 1449, pricing schedule, and other required documentation, by December 16, 2025, at 3 PM Central Time, and can direct inquiries to Contract Specialist Jennifer Coleman at Jennifer.Coleman4@va.gov.
    BARDA Vaccine Medical Countermeasures for Pandemic Influenza Preparedness & Response
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (BARDA), is seeking qualified contractors to support the development of vaccine medical countermeasures for pandemic influenza preparedness and response. The objective of this Sources Sought Notice (SSN) is to refine requirements and establish long-term partnerships with contractors capable of producing vaccines, antigens, and adjuvants necessary for pandemic preparedness and public health emergencies. This initiative is critical for enhancing the U.S. response to influenza viruses with pandemic potential and ensuring rapid regulatory decisions and manufacturing readiness. Interested parties must submit evidence of eligibility, capabilities statements, and requests to participate by email to Laura Saddison at Laura.Saddison@hhs.gov by 3:00 pm EST on December 19, 2025. This SSN/RFI is for information and planning purposes only and does not constitute a solicitation.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) for pharmaceutical agents to be included in the DoD Uniform Formulary (UF). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on oncological agents for myelofibrosis and antihemophilic agents, with evaluations based on clinical and cost-effectiveness. Interested vendors must submit their quotes by January 16, 2026, with a pre-quotation teleconference scheduled for November 20, 2025. For further inquiries, contact Tracy Banks at tracy.e.banks2.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Pharmaceutical Repackaging Services for National CMOP (770)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for pharmaceutical repackaging services for the National Consolidated Mail Outpatient Pharmacy (CMOP) program. The contract, identified as 36C77026R0004, is a firm-fixed-price, indefinite-delivery agreement intended to support the repackaging of government-purchased oral solid pharmaceuticals into various bottle sizes for distribution to over 7 million veterans. The contract spans a five-year ordering period from February 1, 2026, to January 31, 2031, with a potential six-month extension, and has a minimum value of $20 million and a maximum value of $125 million. Interested contractors should contact Renee Kreutzer at renee.kreutzer@va.gov for further details and must submit their proposals by the specified deadlines, ensuring compliance with all relevant regulations and standards.
    Geneious Prime Enterprise Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 2025.
    6505--Biologics by McKesson Specialty Pharmacy (Lenalidomide) (VA-26-00016920)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified suppliers to provide Lenalidomide, a pharmaceutical product, for the Oscar G. Johnson VA Medical Center located in Iron Mountain, MI. This procurement will be conducted through a Brand Name or Equal Request for Quotation (RFQ) under firm-fixed price terms, following FAR Part 13 Simplified Acquisition Procedures. Lenalidomide is crucial for treating certain conditions, making this procurement significant for patient care within the VA system. Interested offerors must submit an itemized quote along with sufficient technical documentation via email to arneil.genus@va.gov by 3 p.m. Central on December 1, 2025, as telephone inquiries will not be accepted.
    Dimethyl Fumarate DR Presolicitation
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    National Clinical Vaccination (NCV) Contract Extension
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.