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
    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.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Ondansetron Orally Disintegrating Tablets
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Ondansetron Orally Disintegrating Tablets (ODT), specifically 4 MG and 8 MG tablets in various count bottles. This procurement aims to establish a national supply source for these pharmaceutical products, which are critical for treating nausea and vomiting in patients, and will be available for purchase by the Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons. The contract will be a firm-fixed price, requirements type contract with a one-year base and four one-year options, and is expected to be solicited in September 2025, although the DLA reserves the right to issue it earlier or later. Interested parties should direct inquiries to Nancy Fernandez at nancy.fernandez@dla.mil or call 445-737-0713, and are encouraged to set up automated notifications for any changes to the solicitation through the DLA Bid Board System and Sam.Gov.
    FY26 TD 26011 INITIAL GEAR DFTP
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for miscellaneous duty gear as part of the FY26 TD 26011 Initial Gear Deputy Fundamental Training Program (DFTP). This procurement is exclusively set aside for small businesses under NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing, with a size standard of 600 employees. The goods are essential for equipping new deputies with the necessary gear for their training, ensuring compliance with security and privacy requirements, including safeguarding Personally Identifiable Information (PII). Interested vendors must submit their quotes by December 16, 2025, at 12:00 PM CT, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Institution in Oxford, Wisconsin. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, under an indefinite delivery/requirements contract with firm-fixed unit pricing. This contract will consist of a Base Year and four 12-month option years, with estimated quantities of 94 inpatient days and 246 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation, which will be available on or about November 14, 2025, and must ensure they are registered in the System for Award Management (SAM) database. For inquiries, contact LaShundra D. Thomas at ldthomas@bop.gov or call 202-598-6077.
    Ondansetron 4MG and 8MG
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Ondansetron. This contract will establish a national supply source to provide Ondansetron HCL 4 and 8MG Tablets 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 projected solicitation date is March of 2023.
    6505--Ustekinumab Pens/Syringes or Biosimilar
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Ustekinumab Pens/Syringes or Biosimilars, aimed at supplying various federal health entities including the Department of Defense, Bureau of Prisons, Indian Health Service, and Federal Health Care Center. The contract will be awarded for an initial period of one year, with the possibility of four additional one-year option periods, ensuring a consistent supply of these critical pharmaceutical products through the VA and DoD Pharmaceutical Prime Vendor Programs. Offerors must provide drugs with unique National Drug Code (NDC) numbers and ensure that any biosimilar products meet FDA licensing requirements, as outlined in the FDA Purple Book. The solicitation is expected to be released around January 12, 2026, with a tentative closing date of January 27, 2026; interested parties should direct inquiries to Chris Carthron at Christopher.Carthron@va.gov or (708) 786-4980.
    6505--Nicotine Lozenges MINI (VA-26-00020754)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Nicotine Mini Lozenges, specifically under solicitation number 36E79726R0007. This contract aims to ensure an uninterrupted supply of nicotine lozenges for the VA, Department of Defense (DOD), Bureau of Prisons (BOP), and Indian Health Service (IHS), with a contract duration of one year and four optional one-year extensions. The estimated annual requirements include 166,791 bottles of 2mg lozenges and 138,276 bottles of 4mg lozenges, which will be distributed through the VA and DOD Pharmaceutical Prime Vendor Programs. Interested offerors should note that the solicitation will be electronically issued around December 18, 2025, with a tentative closing date of January 1, 2026, and can direct inquiries to Billy Fong at billy.fong@va.gov or by phone at 708-786-4992.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.