Bulk Pharma Group B
ID: 75A50325R00003Type: 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

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    The Department of Health and Human Services (HHS) is seeking proposals for the procurement of a range of FDA-approved pharmaceuticals as part of the Bulk Pharma Group B initiative. The contract will require the delivery of specific injectable medications, including Acyclovir Sodium, Doxycycline, Levophed, Meropenem, Sodium Chloride, and sterile water, with quantities detailed in the attached Request for Proposal (RFP). This procurement is critical for maintaining the Strategic National Stockpile, ensuring a reliable supply of essential pharmaceuticals for disaster preparedness and response efforts. Interested vendors must submit their proposals by the specified deadline, and inquiries can be directed to primary contact Terri Reed at terri.reed@hhs.gov or secondary contact Kimberly Golden at kimberly.golden1@hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for a federal government contract issued by the U.S. Department of Health and Human Services (HHS). The primary purpose is to procure pharmaceutical supplies for the Strategic National Stockpile, aimed at replenishing expired products. The solicitation number is 75A50325R00003, and it anticipates awarding a Firm Fixed Price type contract. There will be a base ordering period of 12 months, with four optional periods of the same duration. The acquisition is conducted under full and open competition and is not set aside for small businesses, with key details outlined including delivery locations and acceptance protocols. Supplementary sections detail the scope of supplies, evaluation criteria, and provisions necessary for contractor compliance, including specific terms related to performance evaluation, payment processing through electronic systems, and record-keeping obligations. Companies are required to submit proposals by the specified deadline, including a completed set of representations and certifications. Overall, this document lays the groundwork for the procurement process, emphasizing the necessity of pharmaceuticals in disaster preparedness and response efforts while adhering to existing federal regulations.
    The document pertains to the federal RFP (Request for Proposal) 75A50325R00003, focusing on the procurement of specific pharmaceutical products for the Bulk Pharma Group B. It outlines the technical specifications for various injectable medications including Acyclovir Sodium, Doxycycline, Levophed, Meropenem, Sodium Chloride, and sterile water for injection, designated for delivery over multiple option years. Suppliers are required to specify their company name, business size, and provide detailed information about product packaging, including National Drug Code (NDC) and National Stock Number (NSN) where applicable. The file also requests past performance details from bidders, highlighting the necessity of demonstrating relevant experience in similar projects within the last three years. It emphasizes providing comprehensive project descriptions, including contract information, work narratives, financial details, and relevant contacts. Compliance with the Trade Agreement Act and Buy American Act is mandatory, along with proof of manufacturing or certified reseller status. This RFP is part of the federal initiative to ensure a reliable supply chain for essential pharmaceuticals, focusing on quality, compliance, and past performance evaluation to select qualified vendors effectively.
    The document pertains to RFP 75A50325R00003 for Bulk Pharma Group B, outlining a business template required for pharmaceutical product proposals. It requests detailed information from offerors regarding various pharmaceutical items, including Acyclovir, Doxycycline, Levophed, Meropenem, Sodium Chloride, and Sterile Water, specifying unit quantities and pricing for multiple option years. The template mandates the completion of fields such as total quantities provided by the U.S. Government (USG) for each option year, manufacturing details like NDC numbers, vendor's pricing for each product, and extended price calculations. The purpose of this RFP is to procure essential injectable medications from qualified suppliers, ensuring that bids can be compared across submissions for suitability and cost-effectiveness. This structured approach facilitates transparency and compliance with government procurement standards while providing a clear breakdown of expected quantities and pricing for evaluation by the awarding agency.
    The document is a question and answer sheet associated with the Request for Proposal (RFP) identified as Solicitation No. 75A50325R00003. It serves as a platform for contractors to submit inquiries about the RFP. Each entry provides sections for contractors' questions, detailing references to specific sections, paragraphs, and pages of the solicitation language. The government's responses are consolidated and provided directly below each question, indicating continuity in communication regarding the requirements and clarifications needed by potential vendors. The structure allows for systematic tracking of questions and responses, ensuring transparency and thorough understanding of the solicitation process. Overall, this Q&A sheet is a vital component of the RFP process, facilitating clear dialogue between the government and contractors to refine proposals and enhance compliance with outlined solicitations.
    The section 52.212-3 outlines the Offeror Representations and Certifications specific to commercial products and services, primarily emphasizing compliance with government contracting requirements. It requires Offerors to complete necessary certifications electronically through the System for Award Management (SAM). Key definitions are provided, including those for economically disadvantaged businesses, prohibited child labor scenarios, and ownership classifications such as small business and veteran-owned businesses. The document mandates disclosures related to federal tax liabilities, previous contract compliance, and restrictions on operations relating to Sudan and Iran. Additionally, certifications for products' compliance with the Buy American Act and trade agreement regulations are to be included. The provisions underscore various contextual business classifications, mirroring regulations observed in government RFPs and grants. The purpose of this document is to ensure that entities engaging in federal contracts adhere to specific ethical, legal, and operational standards, fostering transparency and accountability within government procurement processes.
    The document appears to be related to federal and state procurement processes, specifically Request for Proposals (RFPs) and grants. It likely contains various details about initiatives aimed at soliciting contractor services or funding. Key topics may involve project objectives, eligibility criteria, application processes, deadlines, budget considerations, and reporting requirements. The structure of the document could include sections delineating the scope of work, evaluation criteria, and terms of agreement, thereby guiding organizations on how to respond effectively. Overall, the document emphasizes the importance of compliance with federal regulations and local laws in pursuit of funding opportunities. It underscores the federal government's commitment to transparent contracting, ensuring that selected proposals align with public policy goals and community needs. Stakeholders must carefully assess the outlined requirements and tailor their proposals to meet the specified objectives while adhering to all stipulated guidelines and deadlines.
    Lifecycle
    Title
    Type
    Bulk Pharma Group B
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    6505--Hydroxychloroquine SO4 Tablets
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) for the procurement of Hydroxychloroquine SO4 Tablets, aimed at ensuring a continuous supply for various federal entities, including the Department of Defense and the Bureau of Prisons. The contract will cover an estimated annual requirement of 163,395 bottles of 100-count and 25,853 bottles of 500-count Hydroxychloroquine tablets, with a contract period of one year and four optional one-year extensions. This procurement is critical for maintaining essential medications within veteran and federal healthcare programs. Interested parties should monitor SAM.gov for updates and direct inquiries to the contracting officer, Chris Carthron, at Christopher.Carthron@va.gov or (708) 786-4980, with submissions due by March 26, 2025.
    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 issuing a Request for Quotation (RFQ) for pharmaceutical agents to be included in the Uniform Formulary under the TRICARE pharmacy benefit. This procurement aims to evaluate the clinical and cost-effectiveness of medications, allowing manufacturers to submit quotes for both the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP). The selected pharmaceutical agents will be utilized in Military Treatment Facilities (MTFs) and the TRICARE retail network, emphasizing the importance of providing effective healthcare solutions while managing costs. Interested manufacturers must submit their quotes by March 20, 2025, and can direct inquiries to Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil or Tracy Banks at tracy.e.banks2.civ@health.mil.
    6509--Solifenacin Tabletes (VA-25-00037090)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Solifenacin Tablets, designated as RFP 36E79725R0020. This procurement aims to establish a reliable supply of Solifenacin for the VA, Department of Defense (DoD), and other federal health agencies, with the contract expected to last one year and include four optional renewal periods. Solifenacin is a critical medication used in the treatment of overactive bladder, highlighting the VA's commitment to ensuring access to essential pharmaceuticals for veterans and associated healthcare providers. Interested vendors should monitor SAM.gov for the RFP release, anticipated around March 14, 2025, with proposals due by March 28, 2025; for further inquiries, they may contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov or by phone at 708-786-4879.
    Doxycycline Hyclate
    Buyer not available
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Doxycycline Hyclate. The contract will establish a national supply source to provide Doxycycline Hyclate 100MG Tablets in various bottle sizes. This acquisition is for Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. The contract will be firm-fixed price, requirements type with a one year base and four one year options. Interested parties should contact Catherine Gilbert for more information. The projected solicitation date is September 2019.
    Retail Pharmaceutical Prescription Fulfillment for Nashville Area Office Patients
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for retail pharmaceutical prescription fulfillment services for patients at the Nashville Area Office in Tennessee. The procurement aims to establish a firm fixed-price contract with a maximum of two vendors to provide essential medications, ensuring compliance with federal regulations and the capability to verify patient eligibility at the point of service. This initiative is crucial for enhancing healthcare accessibility for American Indians and Alaska Natives, as it supports local pharmacies in delivering necessary prescription services while adhering to high standards in pharmacological practices. Interested vendors can contact Paul Carr at paul.carr@ihs.gov or 615-467-1567 for further details, with proposals expected to align with the outlined requirements and pricing structures.
    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.
    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.
    Therakos Inc. Cellex® Photopheresis System Procedural Kits
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking procurement for Cellex® Photopheresis System Procedural Kits. This presolicitation aims to acquire in-vitro diagnostic substances that are crucial for therapeutic procedures involving photopheresis, which is significant in treating certain medical conditions. The performance of this contract will take place in Bethesda, Maryland, and interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or by phone at 301-827-4879 for further details. The timeline for this opportunity and additional funding specifics will be outlined in forthcoming announcements.
    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, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Various Roche Cobas® 5800 Rental Reagent Package with Reagents, Controls, Consumables and Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure a rental reagent package for the Roche Cobas® 5800 diagnostic system, which includes essential reagents, controls, consumables, and maintenance services. This procurement aims to enhance the capabilities of healthcare facilities in conducting reliable and efficient testing for infectious diseases, particularly for HBV, HCV, and HIV, as outlined in the accompanying catalog of medical kits and components. The extensive range of products available is crucial for public health initiatives, ensuring timely and accurate diagnostics. Interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or call 301-827-4879 for further details regarding this presolicitation opportunity.