Q517--FY26: VISN 8 Pharmacy Emergent First Fill Prescription Services
ID: 36C24826Q0092Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds (524292)

PSC

MEDICAL- PHARMACOLOGY (Q517)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), is seeking qualified contractors to provide Emergent First Fill Prescription Services for VA beneficiaries within VISN 8, which includes locations in Florida and Puerto Rico. The procurement involves a Firm Fixed Indefinite Delivery Indefinite Quantity contract, covering a base period plus four option years, to deliver 24/7 pharmaceutical benefits management services, including filling new prescriptions and adhering to a specific emergency medication formulary. This service is crucial for ensuring timely access to medications for veterans in emergency situations, with strict requirements for confidentiality and compliance. Quotes are due by December 30, 2025, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Colleen Houser at colleen.houser@va.gov or by phone at 727-201-6880.

    Point(s) of Contact
    Colleen HouserContracting Officer
    (727) 201-6880
    colleen.houser@va.gov
    Files
    Title
    Posted
    The document,
    This document is a glossary of terms and acronyms relevant to government RFPs, specifically within the healthcare and pharmaceutical sectors, likely for a Department of Veterans Affairs (VA) context. It defines various administrative, medical, and logistical terms such as Average Wholesale Price (AWP), Pharmacy Benefits Management (PBM), and Contracting Officer Representative (COR). Key entities like the Veterans Health Administration (VHA) and the VA Sunshine Healthcare Network (VISN 8) are also defined, highlighting their scope and geographical service areas, including Florida, Georgia, Puerto Rico, and the Caribbean. The document aims to standardize terminology for clarity and understanding in official communications, particularly concerning pharmaceutical products (e.g., AB Rated, Maximum Allowable Cost), healthcare facilities (e.g., Community Based Outpatient Clinic, Veteran Affairs Medical Center), and operational processes (e.g., Consolidated Mail Outpatient Pharmacy, Contractor Security Control Assessment).
    This government Request for Quotation (RFQ) 36C24826Q0092 is issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), for VISN 8 Emergent Pharmacy First Fill Prescription Services. The acquisition is a 100% total small business set-aside with a NAICS code of 524292 and a size standard of $45.5 Million. The government anticipates a single award Indefinite Delivery Indefinite Quantity contract for a period of performance from January 23, 2026, to January 24, 2031, including a base period and four ordering periods. The contractor will provide emergent and emergency pharmaceutical benefits management services to VA beneficiaries in VISN 8 and the Southeastern States Network Consortium, including 24/7 service, a network of licensed pharmacies, and adherence to a specific emergency medication formulary. Key requirements include filling new prescriptions only (with rare pre-authorized refills), a maximum 10-day supply for most fills, and strict confidentiality of patient information. Quotes are due by December 30, 2025, at 10:00 AM EST, and questions by December 18, 2025, at 10:00 AM EST. The contract includes provisions for post-award small business rerepresentation and limitations on subcontracting.
    This Performance Work Statement outlines the requirements for a contractor to provide Emergent First Fill and Emergency pharmaceutical benefits management services to Veterans Affairs (VA) beneficiaries within VISN 8 and the Southeastern States Network Consortium. The contractor must ensure prescriptions are filled only from authorized VA providers for new prescriptions, with limited exceptions for refills requiring pre-authorization. Services are required 24/7, including federal holidays. The contractor must establish an emergent enrollment process and provide an after-hours contact. Prescriptions are limited to a 10-day supply, primarily for legend drugs from an approved formulary, with generic equivalents dispensed when possible. Pharmacies must be licensed, located within specified distances of VA facilities, and adhere to strict confidentiality, reporting, and patient counseling standards. The document also details personnel qualifications, performance monitoring, reporting requirements, and a Quality Assurance Surveillance Plan to ensure compliance and satisfactory performance.
    Lifecycle
    Similar Opportunities
    Q517--36C249-26-AP-0130 - VISN - Annual Wall-to-Wall Pharmacy Inventory
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 9, is seeking proposals for Annual Wall-to-Wall Pharmacy Inventory services across various VA Medical Centers within VISN 09. The procurement aims to secure contractor support for the physical counting of both controlled and non-controlled pharmacy drugs, ensuring reconciliation with automated systems and compliance with VA, DEA, and FDA regulations. This service is critical for maintaining accurate inventory records and ensuring the proper management of pharmaceutical supplies within the VA healthcare system. Interested parties, particularly Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), should note that the solicitation is anticipated to be issued on December 8, 2025, with responses due by December 15, 2025, and the contract award expected on December 17, 2025. For further inquiries, contact Mario Russell at mario.russell@va.gov.
    6505--Contingency requirement for compounding hazardous and non-hazardous medications
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified contractors to provide contingency compounding services for hazardous and non-hazardous medications at the Michael E. Debakey VA Medical Center in Houston, Texas. The procurement aims to identify contractors capable of supplying all necessary labor, materials, supplies, equipment, and transportation for the compounding of medications, adhering to FDA and USP standards. This service is critical for ensuring timely access to compounded medications for veterans, with the contract anticipated to be a firm-fixed price, Indefinite-Delivery-Indefinite-Quantity for one year. Interested parties must submit their responses by December 5, 2025, at 3:00 PM CST, addressing specific capability questions and providing relevant documentation to Contract Specialist Eugene Jackson at eugene.jackson2@va.gov.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    6505--Dimethyl Fumarate Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking offers for the procurement of Dimethyl Fumarate Capsules (120MG and 240MG delayed-release) through solicitation 36E79726R0003. This contract aims to establish a reliable supply source for these pharmaceutical products to support VA, Department of Defense (DoD), Indian Health Service (IHS), and Bureau of Prisons (BOP) facilities, with a contract structure that includes a one-year base ordering period and four one-year options. The products are critical for treating specific medical conditions, and offerors must comply with stringent requirements, including FDA regulations, Drug Supply Chain Security Act (DSCSA) compliance, and the provision of unique National Drug Codes (NDCs). The deadline for submitting offers has been extended to December 9, 2025, at 2:30 PM CST, and interested parties can contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov for further information.
    Q517--Staffing Service Tucson
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for staffing services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona, under Solicitation Number 36C77022R0008. The contract, which is a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, requires the contractor to provide non-personal staffing for various roles, including Pharmacists, Pharmacy Technicians, and Shipper/Packer positions, ensuring a minimum staffing rate of 97% across two shifts. This procurement is critical for maintaining efficient pharmacy operations, processing over 15 million prescriptions annually, and adhering to strict compliance with VA and federal regulations, including HIPAA. Proposals are due by 10:00 AM CST on December 18, 2025, and interested parties should contact Nicholas L. Schulte at nicholas.schulte1@va.gov for further information.
    6505--Zonisamide Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a Request for Proposal (RFP) for the unrestricted procurement of Zonisamide Capsules, which will serve various federal entities including the Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC). The contract will be awarded to a single offeror capable of providing an uninterrupted supply of the specified medications, with a contract period of one year and four optional one-year extensions. The procurement is critical for ensuring the availability of these pharmaceutical products, which are essential for patient care within the VA and other federal health facilities. Interested parties should monitor SAM.gov for the solicitation, expected to be issued around December 15, 2025, with a closing date of December 30, 2025, and may direct inquiries to Chris Carthron at Christopher.Carthron@va.gov.
    InstyMed Dispenser System
    Buyer not available
    The Department of Veterans Affairs is issuing a modification to its previous notice regarding the InstyMed Dispenser System, indicating its intent to negotiate a limited source contract. This modification serves to establish a deadline for responses, emphasizing the urgency and specificity of the procurement process. The InstyMed Dispenser System is crucial for enhancing healthcare delivery to veterans, ensuring efficient medication dispensing and management. Interested parties must submit their responses by December 12, 2025, at 10:00 am CST, and can direct inquiries to Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850.
    R499--Sterile Compounding Compliance QA Program
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance (QA) Program. This program aims to ensure compliance with sterile compounding standards through various services, including monthly competency assessments, media fill tests, and environmental monitoring, with a contract period extending from January 1, 2026, to December 31, 2030. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under NAICS code 541690, highlighting its significance in maintaining high standards in healthcare environments. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-393-9281.
    Laundry Chemical Supplies and Maintenance
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 8, is seeking qualified sources to provide Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC located in Bay Pines, Florida. The procurement involves supplying laundry chemicals, maintaining dispensing equipment, and performing bi-weekly service checks, including water softness and pH testing, to ensure compliance with hygienic linen standards. This contract is crucial for maintaining operational efficiency and cleanliness in the facility's laundry services, with a firm-fixed price structure anticipated to span from October 27, 2025, to October 26, 2030, including a base period and four option years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, and Small Businesses, should contact Colleen Houser at colleen.houser@va.gov or call 727-399-3346 for further details.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to supply operational and mailing supplies for seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. This procurement includes a variety of essential items such as resealable bags, corrugated boxes, durable poly mailers, and child-resistant medical pouches, all of which must meet stringent specifications for safety and compliance with postal regulations. The contract aims to standardize purchasing processes, ensure fair pricing, and maintain high-quality service for the delivery of Veteran prescriptions. Interested vendors should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov, with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million per contract. Proposals must be submitted by the specified deadlines, and vendors are required to be registered in SAM.gov.