USMS Narcan/Naloxone Kit
ID: 15M10424QA4700009Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEOFFICE OF PROCUREMENT, OPERATIONAL SUPPORT SECTION – A47LANDOVER, MD, 20785, USA

NAICS

Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers (423450)

PSC

REPLENISHABLE FIELD MEDICAL SETS, KITS, AND OUTFITS (6545)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the United States Marshals Service (USMS), is seeking qualified small businesses to provide Narcan/Naloxone kits as part of its Opioid Reversal Program. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement (BPA) that allows USMS Districts and Divisions to order opioid reversal medications and equipment on an as-needed basis, with an anticipated performance period from March 15, 2025, to March 14, 2030. This initiative is crucial for equipping operational personnel with essential life-saving tools to combat the opioid crisis. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and direct any inquiries to Kim Ramsay at kim.ramsay2@usdoj.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for the procurement of Narcan kits by the United States Marshals Service (USMS), identified by solicitation number 15M10424QA4700009. It outlines the request for quotations (RFQ) specifically set aside for small businesses, particularly those categorized as HubZone, service-disabled veteran-owned, and women-owned. The document specifies the request for various Narcan kits, pricing terms, contract provisions, and delivery requirements, emphasizing the need for firm fixed prices. Key components include contract terms and conditions, compliance with federal laws, invoicing requirements, breach and indemnification clauses, and confidentiality agreements. The document instructs the contractor to keep all confidential information secure, and it outlines the requirements for payment and contract administration, highlighting the urgency of timely invoice submission for small businesses as mandated by the Office of Management and Budget. Overall, it illustrates the government's commitment to sourcing vital emergency medical supplies while ensuring adherence to regulations, efficiency in processing, and the protection of sensitive information.
    The government solicitation seeks to establish a firm fixed-price Single Award Blanket Purchase Award (SA-BPA) specifically for small businesses to supply Narcan kits. Submission inquiries must be directed to the designated email by a specified deadline. Offerors are required to ensure no organizational conflicts of interest exist and to disclose any relevant facts. The proposal must include a PowerPoint presentation, technical specifications, and a Management Plan detailing how requirements will be met. Pricing must be submitted using an attached Excel workbook and must encompass shipping costs. Offers must be submitted by February 14, 2025, with the potential award based on the lowest price for technically acceptable bids that meet all necessary criteria. The selection process emphasizes adherence to the specifications outlined in the Statement of Work, ensuring contractor eligibility and proposal integrity under FAR regulations. The document underscores the government’s commitment to engaging small businesses through structured guidelines to facilitate the procurement of essential public health resources.
    The government file outlines a Request for Proposal (RFP) for a series of medical kits intended for emergency response, specifically regarding the administration of Naloxone/Narcan, an opioid overdose reversal medication. The document details multiple product lines, including a complete kit, a kit without Naloxone, and two versions of restock kits, distributed across five distinct years, including option years. Each item is assigned a unique line item number (CLIN) for tracking purposes. The estimated quantities include a total of 4000 complete kits to be issued, alongside smaller quantities of other kits, with a collective pricing structure currently marked as $0.00, indicating that financial details may be pending or unspecified. The structure is methodical, delineating base and option year requirements, emphasizing preparedness for potential future needs in emergency medical situations. This document serves as a crucial step in equipping responders with necessary resources while highlighting the commitment to address public health emergencies effectively.
    The document outlines the requirements for a new government solicitation regarding the procurement of Narcan Kits and Replacement Kits, as well as associated packaging. Key points include that there are no current kits in use, and no incumbent bidders, indicating a fresh start for this contract. The anticipated contract period begins on March 15, 2025, with details on quantity distribution to be found in the attached solicitation documents. The pouch for the kits must be ranger green, with specific design features but no strict dimensions or compartment requirements. Both Restock Kit V1 and V2 are specified, highlighting their contents without naloxone or with naloxone and other items. Specifications for product samples and packaging guidelines are delineated, with emphasis placed on ease of use and rapid accessibility. Additionally, direct shipping to various U.S. territories is mandatory, and all pricing submissions must consider all necessary components of the kits. This solicitation aims to ensure the effective distribution of life-saving equipment while adhering to strict federal guidelines and efficiency in procurement.
    The United States Marshals Service (USMS) is initiating an Opioid Reversal Program to procure opioid reversal medications and equipment via a Blanket Purchase Agreement (BPA). This BPA will be a Firm-Fixed-Price (FFP) agreement set aside for small businesses and allows USMS Districts and Divisions to order opioid reversal kits as needed. The contracts made under this BPA will not obligate funds upfront; obligation occurs only with individual call orders. The USMS requires Naloxone (Narcan) kits and associated parts, specifically stipulating quantities and specifications for complete kits and various restock kits. Deliveries are expected to meet specific timelines based on order volume, and shipping costs are included in the unit pricing, with no additional fees for shipping. The BPA will operate over a one-year base period with four potential one-year extensions. This initiative underscores the USMS's commitment to addressing the opioid crisis by ensuring that its operational personnel are equipped with essential life-saving tools.
    The United States Marshals Service (USMS) seeks to establish a Blanket Purchase Agreement (BPA) to supply opioid reversal medications and equipment under its Opioid Reversal Program. The BPA, set aside for small businesses, provides a procurement framework for USMS Districts and Divisions to order Naloxone (Narcan) kits and supplies as needed. The agreement will follow a Firm-Fixed-Price structure, with pricing set at the BPA award, and necessitates no upfront funding commitment by the government. Key deliverables include various types of kits (Complete Kit, Restock Kit V1, and V2) that contain specified equipment and medications, with estimated quantities for base and option years detailed. Orders will ship to multiple USMS locations, following strict timelines based on quantity. The BPA’s period of performance spans one year, with four additional optional years. This initiative aims to enhance operational readiness for opioid-related incidents, reflecting USMS’s commitment to addressing the opioid crisis effectively.
    Lifecycle
    Title
    Type
    USMS Narcan/Naloxone Kit
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Drug Testing Kits
    Buyer not available
    The Department of Defense, specifically the Marine Corps Recruiting Command (MCRC), is seeking vendors to provide non-instrumental, single-use instant drug testing kits for use at Military Entrance Processing Stations (MEPS). The procurement aims to supply approximately 477,200 kits over a five-year contract period, which includes a base year and four option years, with quarterly deliveries to six Marine Corps Districts across the United States. These drug test kits are crucial for maintaining the integrity of the enlistment process, ensuring that applicants are screened effectively for various substances. Interested vendors must submit their company information, capabilities, and pricing estimates by the specified deadlines, and can contact Wellington Shelton at wellington.shelton@usmc.mil or Kacy Mohead at kacy.m.mohead@usmc.mil for further inquiries.
    6505--Fluticasone Propionate 50 MCG/Spray Soln, Nasal, 16GM
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the supply of Fluticasone Propionate nasal spray, a pharmaceutical product essential for various government healthcare facilities. Offerors are required to submit pricing for a base year and four option years, including a 0.5% Cost Recovery Fee, while ensuring compliance with federal standards and providing a unique National Drug Code (NDC) for each product. This procurement aims to secure reliable pharmaceutical sources to support healthcare services for veterans and other governmental health programs, adhering to strict FDA guidelines and good manufacturing practices. Interested contractors should contact Contract Specialist Michael J Olszewski at Michael.Olszewski@va.gov for further details on submission procedures and compliance requirements.
    FMS Cache Rx Products
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (ASPR/ORM-SNS), is seeking qualified vendors to supply FMS Cache Rx Products through a Combined Synopsis/Solicitation. The procurement involves a range of pharmaceutical products, including both over-the-counter and prescription medications, with specific requirements for quantities, packaging types, and compliance with regulatory standards. This initiative is crucial for ensuring the availability of essential medical supplies for government facilities, thereby supporting public health services. Interested vendors should contact Terri Reed at terri.reed@hhs.gov or Kimberly Golden at kimberly.golden1@hhs.gov for further details and to participate in the bidding process.
    FY25 D42 Ballistic Helmets
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the procurement of ballistic helmets under the solicitation titled "FY25 D42 Ballistic Helmets." This opportunity is set aside for small businesses and aims to acquire safety and rescue equipment that meets specific federal standards and requirements. The ballistic helmets are crucial for the safety and operational effectiveness of law enforcement personnel, reflecting the government's commitment to providing necessary protective gear. Interested vendors should note that the solicitation includes detailed specifications, compliance clauses, and a delivery deadline, with inquiries directed to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov.
    Rizatriptan Benzoate
    Buyer not available
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Rizatriptan Benzoate tablets. The contract will establish a national supply source to provide the items listed in the schedule for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. The solicitation will be posted on the DLA Bid Board System and SAM.gov. Interested parties should contact Keith Ryales for any questions/comments. The projected solicitation date is June 2022.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for a Blanket Purchase Agreement (BPA) related to the Pharmacy Uniform Formulary and the Uniform Formulary Additional Discount Program. This procurement aims to secure pharmaceutical agents for inclusion in the DoD's integrated pharmacy benefits program, focusing on enhancing medication management for service members while ensuring cost-effectiveness and compliance with established pricing protocols. The initiative is particularly significant for managing high-value medications, such as those used in breast cancer treatment, and emphasizes the importance of accurate data representation and adherence to procedural changes within the Military Health System. Interested vendors must submit their quotes by March 20, 2025, and can direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil.
    6505--762-25-2-040-1078 -Tucson CMOP ESCITALOPRAM OXALATE -(VA-25-00049225)
    Buyer not available
    The Department of Veterans Affairs is preparing to procure Escitalopram Oxalate 20mg tablets for the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). This presolicitation notice, identified by contract number 36C77025Q0169, outlines the requirement for timely delivery of the pharmaceutical product within 10 days after order receipt, emphasizing compliance with the Drug Supply Chain Security Act (DSCSA). The procurement is set aside for small businesses under the NAICS code 325412, with a response deadline of March 13, 2025, at 3 PM Central Time. Interested vendors should submit their quotes via email, including necessary documentation, and are encouraged to monitor SAM.gov for updates.
    Pulse Oximeter-Fingertip (Non-Aeromedical Certified)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking vendors to establish a Qualified Suppliers Listing (QSL) for Pulse Oximeter-Fingertip (Non-Aeromedical Certified) devices. This procurement aims to standardize medical equipment utilized by Military Treatment Facilities (MTFs) across the armed forces, with an anticipated annual sales volume of approximately $107,760. Eligible vendors must possess a Defense Medical Materiel (DMM) number, a Distribution and Pricing Agreement (DAPA), and comply with FDA regulations, including the exclusion of natural rubber latex in their products. Interested parties should complete the QSL Package Worksheet by March 13, 2025, and will be invited to submit pricing quotes around May 8, 2025. For further inquiries, vendors can contact Mr. Riley Whittlesey at riley.w.whittlesey.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    6505--Rituximab and Biosimilars
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of Rituximab 10mg/ml and its biosimilars, aimed at establishing a reliable pharmaceutical supply source for government healthcare facilities. Bidders are required to provide unique National Drug Code (NDC) numbers for their products and include a 0.5% Cost Recovery Fee in their pricing, with the contract covering a base year and four optional subsequent years. This procurement is critical for ensuring consistent product availability and pricing based on estimated annual usage, while adhering to FDA regulations and the Drug Supply Chain Security Act (DSCSA) for safety and traceability. Interested suppliers must submit their proposals by March 11, 2025, at 2:30 PM CT, and can contact Contract Specialist Deborah S Fassl at Deborah.Fassl@va.gov for further information.
    6505--Carvedilol Tablets (VA-25-00048048)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Carvedilol Tablets under solicitation number 36E79725R0028, aimed at ensuring a continuous supply for various federal health care entities, including the Department of Defense and the Bureau of Prisons. The contract will be for one year, with the possibility of four additional one-year extensions, requiring offerors to supply drugs labeled with their unique National Drug Code (NDC) without altering existing labels. This procurement is critical for maintaining the availability of essential medications for veterans and affiliated populations, underscoring the VA's commitment to effective health care delivery. Interested bidders should monitor SAM.gov for updates, with the RFP expected to be issued around March 19, 2025, and responses due by April 2, 2025; inquiries can be directed to Contract Specialist Adrienne Albachiara at adrienne.albachiara@va.gov or by phone at 708-202-9027.