Bulk Pharmaceuticals - Group A (Materiel)
ID: 75A50325R00002Type: 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, through the Office of Assistant Secretary for Preparedness and Response, is seeking proposals for the procurement of bulk pharmaceuticals under the solicitation titled "Bulk Pharmaceuticals - Group A (Materiel)." The objective is to acquire a variety of FDA-approved pharmaceuticals, including items such as Albuterol Nebulizer Solution and Amoxicillin/Clavulanate Acid tablets, to maintain essential stockpiling capabilities for public health emergencies. These pharmaceuticals are critical for ensuring the government's readiness to respond to public health events effectively. Interested vendors must submit their proposals by April 3, 2025, at 11:00 A.M. (EST), and can direct inquiries 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 provides answers to vendor inquiries regarding the Bulk Pharmaceuticals Group A solicitation (No. 75A50325R00002) issued by the U.S. Department of Health and Human Services. Key points include clarification on the quantity per individual unit of measure, specifying that vendors can propose different packaging types as long as they meet shipping requirements. It is emphasized that all offered products must comply with the Trade Agreement Act or the Buy American Act. Additionally, for Sodium Chloride, bidders must possess a New Drug Application (NDA) as part of the proposal. The document serves to ensure vendors understand the specifications and requirements necessary to submit compliant bids for government contracts, promoting adherence to federal regulations and standards in the procurement process. Contact information for the contract specialist is also provided for further assistance.
    The document appears to be a revised notice concerning federal and state/local Requests for Proposals (RFPs) and grants, though it lacks detailed content and substantive information beyond numerous repetitive revisions noted on March 28, 2025. It likely emphasizes updates and modifications related to RFPs and grants that solicit bids or proposals for various governmental projects or programs. The structured format suggests a formal announcement or directive, but specific topics, project descriptions, or eligibility criteria are absent, making it difficult to discern the exact nature of the proposals or grants addressed. The document serves to inform stakeholders of ongoing revisions, illustrating a government commitment to transparency and iterative improvement in proposal processes. However, the lack of actual project details limits its utility for potential applicants or interested parties. Overall, the revisions imply a focus on refining RFPs and grants to enhance procurement practices within federal and local contexts.
    The document is a technical product list template for a government Request for Proposal (RFP) concerning pharmaceutical products. It outlines products that are part of the bulk pharmaceutical supply categorized under Asset Management, including medications like Albuterol, Amoxicillin, Bactrim DS, Doxycycline, Ondansetron, Penicillin G, Sodium Chloride, and Voriconazole. The list is divided into base ordering and multiple optional ordering periods, denoting quantities and packaging requirements for each product. The template requests contractors to provide business size information, details for National Drug Codes (NDC), National Stock Numbers (NSN), compliance with Trade Agreements and the Buy American Act, as well as manufacturing origin. Additionally, it seeks supplementary data regarding past performance, including project references, contract details, and a point of contact for verification. This structure assists government agencies in evaluating potential suppliers, ensuring they meet legal and quality requirements while delivering medical products needed for operational readiness in healthcare settings. The overall goal is to facilitate a reliable pharmaceutical supply chain for government operations.
    The document outlines a technical product list template aimed at contractors responding to a government Request for Proposals (RFP) related to pharmaceutical supplies under the Bulk Pharma - Group A section of asset management. It details pharmaceutical products required, including Albuterol Nebulizer Solution, Amoxicillin/Clavulanate, Bactrim DS, and others, along with their respective quantities and packaging formats over multiple ordering periods. Contractors must provide essential information such as their business size, National Drug Code (NDC) numbers, and compliance with Trade Agreement Act (TAA) and Buy American Act (BAA) regulations. The latter sections call for details on past performance, requiring contractors to demonstrate relevant project experience, including contracts held, performance history, and contacts for verification. This structured approach ensures the government selects capable suppliers for critical pharmaceutical needs while adhering to compliance and quality standards. The document serves as a foundational tool for procurement in ensuring that contractors meet specific pharmaceutical supply requirements efficiently and effectively.
    The document outlines a government Request for Proposals (RFP) for pharmaceutical supplies, focusing on various medications categorized by item numbers. The list includes quantities for items such as Albuterol Nebulizer Solution, Amoxicillin/Clavulanate Acid tablets, and Voriconazole tablets, among others. Offerors can submit pricing proposals for one or more items, but each item will be awarded to a single vendor without quantity variations. The document emphasizes the importance of providing complete bids for the total quantities listed. Key components include specific product descriptions, vendor NDC numbers, and unit prices, reflecting the structured requirements for vendors participating in this governmental procurement process. The RFP is designed to facilitate the acquisition of essential medical supplies, ensuring the government's capability to address public health needs effectively. Overall, it aims to clarify the proposal guidelines and criteria for potential suppliers through a comprehensive listing of required pharmaceutical products.
    The document outlines a federal Request for Proposals (RFP) regarding the procurement of various pharmaceutical products. It provides a structured template for contractors to submit their offers, detailing specific items like Albuterol Nebulizer Solution, Amoxicillin/Clavulanate, and Doxycycline, among others. Each item listed is accompanied by its respective quantity and pricing details, with an emphasis on the requirement that offerors must bid on the full quantity of each product. The RFP specifies that quantities will be awarded to only one contractor, thus disallowing variations in the awarded amounts. Option periods for ordering are mentioned, allowing flexibility in procurement. Vendors are expected to include their National Drug Code (NDC) numbers, pricing per unit, and total extended prices based on the quantity supplied. This document serves as a critical tool for ensuring government agencies can acquire necessary medications while maintaining compliance with federal regulations. It emphasizes transparency in pricing and the importance of managing pharmaceutical supplies effectively, reflecting the government's commitment to reliable healthcare services.
    The document serves as a Solicitation Q & A Sheet for the Bulk Pharmaceutical procurement under Solicitation No. 75A50325R00002. It is designed for contractors to submit questions regarding the Request for Proposals (RFP), with a promise that the government will consolidate responses and address each inquiry. The questions and corresponding answers will be categorized by sections and paragraphs from the solicitation, ensuring clarity on various aspects of the proposal. The structure is organized sequentially, indicating the solicitation number followed by a list of contractor questions, with responses anticipated from the government for each inquiry. This process facilitates transparency and effective communication between the government and potential vendors, aiming to clarify the RFP’s specifications, procedures, and requirements. The environment reflects a methodical approach to engaging stakeholders in federal procurement, underscoring the importance of clarifying terms to ensure fair and informed bidding processes.
    The document outlines the Offeror Representations and Certifications for commercial products and services in federal procurements. It specifies that Offerors must complete particular sections based on their electronic submissions in the System for Award Management (SAM). Key definitions cover various business classifications, such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), alongside compliance with labor standards and child labor laws. The Offeror is required to certify its status regarding small business categories, previous contract compliance, and adherence to laws pertaining to operations in sensitive regions like Sudan and Iran. Specific certification is also needed for aspects such as tax liability, corporate convictions, and adherence to the Buy American Act. In summary, this provision establishes a framework for transparency and compliance for offerors participating in federal contracts, ensuring they meet eligibility criteria and adhere to regulatory standards while promoting equitable opportunities for different types of businesses within the government procurement space.
    The document pertains to federal and state solicitations and funding opportunities for government contracts and grants, emphasizing the importance of structured proposals in response to Requests for Proposals (RFPs). The main purpose is to outline guidelines for potential contractors and grant applicants, detailing the necessary components for a successful submission including project objectives, budget justifications, and compliance with federal regulations. Key points include the need for clear articulation of project goals, measurable outcomes, and alignment with specified funding criteria. Supporting details emphasize the evaluation criteria that will be used by agencies to assess proposals, including technical capability, past performance, and cost-effectiveness. Additionally, the document stresses the importance of adhering to deadlines and following prescribed formats to ensure consideration. By presenting a clear roadmap for applicants, it aims to streamline the process and increase access to important government resources. The overarching goal is to facilitate collaboration between the government and various entities, ensuring projects are well-funded and impactful while adhering to legal and procedural requirements. Overall, the focus on structured and compliant proposals aims to foster accountability and transparency within government contracting and grant funding processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Atropine and Pralidoxime Chloride, 'Duodote Kit"
    Buyer not available
    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.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is soliciting quotes for pharmaceutical agents as part of its Uniform Formulary Blanket Purchase Agreement (UF BPA) and Uniform Formulary Additional Discount Program (UF ADP) through the Defense Health Agency (DHA). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the clinical and cost-effectiveness of drugs to determine their classification within the formulary. The P&T Committee will review newly approved drugs, including agents for pulmonary, gynecological, endocrine, atopy, skeletal muscle relaxants, and pain management, with quotes due by December 9, 2025, ahead of the committee meeting scheduled for February 4-5, 2026. Interested manufacturers should contact Stephanie Erpelding or Tracy Banks for further details and ensure compliance with submission requirements outlined in the RFQ HT9402-26-Q-9102.
    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.
    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 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.
    BARDA Vaccine Medical Countermeasures for Pandemic Influenza Preparedness & Response
    Buyer not available
    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.
    Dimethyl Fumarate DR Presolicitation
    Buyer not available
    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.
    COVID 19 Tests
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response, is seeking procurement for COVID-19 tests. The opportunity involves the acquisition of in vitro diagnostic substances, reagents, test kits, and sets, with a focus on ensuring compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing the nation's testing capabilities in response to the ongoing pandemic. Interested vendors can reach out to Junli Collins at junli.collins@hhs.gov or Judy Williams at judy.williams2@hhs.gov for further details, as outlined in the attached justification document.
    Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
    Buyer not available
    The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is soliciting proposals under the Broad Agency Announcement (BAA) BAA-23-100-SOL-00004 for advanced research and development of Medical Countermeasures (MCMs) targeting chemical, biological, radiological, nuclear threats, and emerging infectious diseases, including pandemic influenza. The initiative aims to enhance public health preparedness by fostering partnerships with private organizations, government laboratories, and academic institutions to expedite the development of life-saving MCMs critical for national health security. Proposals will be evaluated based on scientific merit, technological maturity, and regulatory compliance, with an open submission period running until September 25, 2028, at 4:30 PM Eastern Time. Interested parties should direct inquiries to BARDA-BAA@hhs.gov 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.
    Advance Notices - Site G -Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment
    Buyer not available
    The General Services Administration (GSA) is planning to procure Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment at Site G, with a Request for Proposal (RFP) expected to be released in February 2026. This procurement will involve services related to the storage, management, maintenance, and logistics of medical products within the U.S. The GSA will host a Virtual Industry Day on December 16, 2025, followed by Virtual Due Diligence sessions on December 17 and 18, 2025, to provide interested Industry Partners (IPs) with insights into the requirements and to facilitate technical inquiries. Interested parties must submit a signed Non-Disclosure Agreement (NDA) by December 12, 2025, to receive draft RFP documents and participate in the sessions. For further information, contact Natalia Belinsky at natalia.belinsky@gsa.gov or Elizabeth Steiner at elizabeth.steiner@gsa.gov.