6505--CAMPHOR/SALICYLATE
ID: 36C77025Q0153Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CMOP OFFICE (36C770)LEAVENWORTH, KS, 66048, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide camphor-menthol-methyl salicylate patches as part of a federal contract opportunity. The procurement requires vendors to submit a signed SF1449 cover page, a pricing schedule, proof of OEM authorization, and compliance with the Buy American Act, ensuring that all products meet stringent quality and sourcing standards. This initiative is crucial for maintaining the integrity of medical supplies used in VA Medical Centers, emphasizing the importance of authorized sourcing and compliance with regulations such as the Drug Supply Chain Security Act. Interested vendors must submit their quotes by February 19, 2025, at 10:00 AM CT, and can direct inquiries to Contract Specialist Larry M Zaritz at larry.zaritz@va.gov.

    Point(s) of Contact
    Larry M ZaritzContract Specialist
    larry.zaritz@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, through the NCO 15 CMOP Contracting Office, seeks to procure Camphor/Menthol/Methyl Salicylate patches. This presolicitation notice indicates a requirement for 12,780 boxes of 60-count patches, with the solicitation number 36C77025Q0153. The submission deadline is set for February 19, 2025, at 10:00 AM CST, with an estimated award date of February 25, 2025. This opportunity is specifically designated for small businesses. Vendors are required to submit detailed proposals, including a Price Schedule in Excel format and proof of state wholesale distributor licensure in compliance with the Drug Supply Chain Security Act (DSCSA). The delivery will be made to the Tucson CMOP facility, and all quotations must be directed to the contracting officer, Larry Zaritz, with essential documents outlined in the solicitation package. Interested vendors should monitor the Contract Opportunities website for any updates or amendments to the solicitation. This procurement underscores the VA's commitment to sourcing necessary medical supplies while adhering to regulatory standards.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs, specifically the National Contracting Office (NCO 15), for the procurement of camphor-menthol-methyl salicylate patches. It details the solicitation number, contractor information, delivery and payment requirements, and instructions for vendors to submit their quotes. Key documents required include a signed SF1449 cover page, pricing schedules in Excel, a state wholesale distributor license, and a Buy American Certificate. The RFP emphasizes the importance of compliance with various regulations, including the Drug Supply Chain Security Act (DSCSA) for pharmaceutical products, and mandates specific delivery and packaging standards to maintain product integrity. It insists on products meeting labeling standards such as bar coding, and highlights the necessity for a therapeutic equivalence code for pharmaceutical supplies. The document also outlines payment processing procedures, including electronic invoicing requirements and stipulations regarding delivery discrepancies. Overall, this RFP indicates the VA's structured approach to sourcing medical supplies, emphasizing quality, compliance, and efficient procurement processes aimed at serving veterans' healthcare needs effectively.
    The document is a government amendment regarding a solicitation for the Department of Veterans Affairs, specifically pertaining to contract modification for pharmaceutical supplies. The amendment serves to clarify delivery requirements for a specified item (CLIN 0002) during the Option Period I, under the authority of FAR 52.217-6, which allows for increased quantity options. The amendment stipulates that vendors will receive written notice within 15 days of a facility's need for product delivery. Additionally, Section C.3 of the FAR Clause has been updated to reflect these changes. The document outlines procedural details for acknowledging receipt of the amendment, emphasizing the importance of compliance with specified deadlines to avoid rejection of offers. It also includes administrative modifications to the contract, reinforcing that all terms not amended remain in effect. Ultimately, this amendment highlights regulatory compliance in government procurement processes, ensuring that all parties are aware of their obligations under the contract.
    This document is an amendment to a solicitation for a project under the Department of Veterans Affairs, specifically from the NCO 15 Contracting Office. The primary purpose of the amendment is to clarify the expected delivery timelines for products required during both the Base Period and Option Period One. The facility's need date for the product in the Base Period is set for March 4, 2025, while vendors will be notified no later than 15 days prior to the required delivery date for Option Period One. It is emphasized that both periods involve a one-time delivery of the requested product, and vendors should indicate how many days they would need for delivery after receiving the order. This amendment outlines procedural requirements related to the acknowledgment of the amendment and the modification of the solicitation's terms, maintaining all existing contractual obligations unless altered by this document. Overall, the amendment serves to ensure clear communication regarding delivery expectations and maintains compliance with necessary procurement procedures.
    The document outlines the "Buy American Certificate" provision as part of federal government procurement regulations. The primary purpose is to ensure that Offerors certify their end products as domestic unless specified otherwise. The Offeror must indicate foreign end products manufactured in the U.S. and disclose if they exceed 55% domestic content. Definitions for terms like “domestic end product,” “foreign end product,” and “critical component” are provided. Additionally, Offerors are required to separately list domestic end products containing critical components. The government evaluates all submissions based on the policies of the Federal Acquisition Regulation (FAR) Part 25, facilitating transparency and compliance with domestic sourcing requirements. Overall, this provision is essential for promoting American manufacturing and ensuring that government purchases support domestic industries.
    The document outlines a Request for Quotation (RFQ), RFQ: 36C77025Q0153, from the VA CMOP facility in Charleston for medical supplies. Vendors are required to submit necessary documents, including a signed SF1449 form, a quote spreadsheet, and proof of OEM authorization. The submission deadline is February 19, 2025, at 10:00 AM CT. It emphasizes compliance with the Buy American Act and mandates minimum one-year expiration dates for supplies upon delivery. Gray market items are strictly prohibited; vendors must ensure products are sourced from authorized dealers or distributors, backed by proper documentation. The procurement seeks new OEM medical supplies and corresponding services for maintenance at VA Medical Centers, prohibiting remanufactured goods. Non-compliance could lead to contract termination. This RFQ exemplifies the federal government's commitment to ensuring quality and authorized sourcing in contracts for healthcare supplies.
    The CMOP - Charleston RFQ 36C77025Q0153 outlines requirements for vendors to submit quotes for OEM medical supplies, including specific pharmaceuticals and surgical items. Published on February 14, 2025, the closing date is February 19, 2025, with submissions due by 10:00 AM Central Time. Vendors must provide a signed SF1449 solicitation cover page, an Excel quote spreadsheet, OEM dealer documentation, and a Buy American Act Certificate. The procurement emphasizes that all pharmaceutical supplies must have a minimum shelf life of one year upon delivery. Additional guidelines address the Gray Market Prevention policy, ensuring that only authorized supplies are offered, with clear consequences for violations. This ensures compliance with VA standards for medical equipment procurement, highlighting the importance of verified vendor credibility and the provision of new, unaltered OEM products. This document serves to establish prerequisites for vendors to engage in federally guided purchasing activities related to medical services, emphasizing regulatory compliance and product integrity in the context of healthcare procurement for VA Medical Centers.
    Lifecycle
    Title
    Type
    6505--CAMPHOR/SALICYLATE
    Currently viewing
    Solicitation
    Similar Opportunities
    6505--Diclofenac Sodium (NA) 1% Gel
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the supply of Diclofenac Sodium (NA) 1% Gel, intended for use in its pharmaceutical programs, including those of the Department of Defense. Contractors are required to provide pricing for a base year along with four one-year option years, and must comply with federal drug regulations, including the Drug Supply Chain Security Act (DSCSA). This procurement is critical for ensuring the availability of quality pharmaceutical products that meet stringent manufacturing standards and regulatory compliance. Interested parties should contact Contract Specialist Ray Roldan at Raymond.Roldan@va.gov for further details regarding the submission process and requirements.
    6505--Fluticasone Propionate 50 MCG/Spray Soln, Nasal, 16GM
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Fluticasone Propionate 50 MCG/Spray solution, nasal, 16GM, intended for use by various federal agencies including the Department of Defense, Bureau of Prisons, and Indian Health Service. The objective of this procurement is to secure a reliable and uninterrupted supply of this medication for a contract period of one year, with the possibility of four additional one-year extensions. This medication is crucial for treating nasal conditions, and the estimated annual requirement is approximately 5,784,828 bottles. The solicitation will be available electronically on or around February 11, 2025, with a closing date set for February 25, 2025. Interested vendors should direct inquiries to Michael Olszewski at michael.olszewski@va.gov or call 708-786-4966.
    6505--Tamsulosin Capsules
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of Tamsulosin Hydrochloride capsules as part of its Pharmaceutical Prime Vendor (PPV) Programs. Offerors are required to submit pricing for a base year and four option years, ensuring compliance with FDA standards and providing a unique 11-digit National Drug Code (NDC) for each product. This procurement is vital for maintaining a consistent supply of necessary pharmaceuticals to federal healthcare facilities, adhering to regulatory standards while ensuring availability and pricing stability. Interested parties must submit their offers by February 24, 2025, at 2:30 PM CST, and can contact Contract Specialist Andrew J. Cazares at Andrew.Cazares@va.gov for further information.
    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--Bevacizumab Injection
    Buyer not available
    The Department of Veterans Affairs (VA) intends to procure Bevacizumab Injections through a Request for Proposal (RFP) designated as 36E79725R0019. This procurement aims to secure an uninterrupted supply of Bevacizumab, a critical pharmaceutical product used in the treatment of various medical conditions, for the VA, Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC). The contract will span one year with four additional one-year option periods, and the estimated annual requirements include various package sizes of Bevacizumab, with a total estimated usage of over 100,000 vials. Interested offerors must submit their proposals by March 4, 2025, at 2:30 PM Central Time, and can direct inquiries to Contract Specialist Matthew Poulin at Matthew.Poulin@va.gov or by phone at 708-786-5186.
    6505--766-25-1-400-0289 -Charleston CMOP CLOMIPHENE CITRATE -(VA-25-00034392)
    Buyer not available
    The Department of Veterans Affairs is preparing to procure CloMiphene Citrate 50mg tablets for its Charleston Consolidated Mail Outpatient Pharmacy (CMOP). The procurement seeks a total of 720 units, packaged in boxes of 30, with a focus on compliance with the Drug Supply Chain Security Act, requiring vendors to provide proof of state wholesale distributor licensure. This pharmaceutical product is crucial for supporting the health needs of veterans, ensuring they receive necessary medications in a timely manner. Interested small business vendors must submit their proposals by February 20, 2025, with the estimated issue date for the solicitation being February 13, 2025. Proposals should be sent via email to Contract Specialist Jennifer Coleman at Jennifer.Coleman4@va.gov, and must include signed solicitation cover pages, price schedules in Excel format, and certifications regarding the Buy American Act.
    760-25-1-050-0154 -Leavenworth CMOP THYROID TABLETS -(VA-25-00022614)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of Armour Thyroid tablets for the Leavenworth Consolidated Mail Outpatient Pharmacy (CMOP) under solicitation number 36C77025Q0079. This Request for Quotation (RFQ) emphasizes the need for specific brand-name pharmaceuticals, with a focus on compliance with federal regulations, including the Drug Supply Chain Security Act and the Buy American Act. The procurement process aims to ensure a reliable supply of essential medications for veterans, with a firm-fixed-price contract expected to be awarded based on fair market evaluations. Interested vendors must submit their quotes by December 27, 2024, at 4:00 PM CST, and can direct inquiries to Jennifer L. Knight at jennifer.knight@va.gov or by phone at 913-684-0162.
    MEDIUM BUBBLE BAGS - 762-25-2-038-0278
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified vendors for the supply of medium bubble bags for the Consolidated Mail Outpatient Pharmacy (CMOP) located in Tucson, Arizona. This procurement is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the delivery of 288 boxes of bubble bags, adhering to specified technical requirements and a defined delivery schedule. The goods are essential for the pharmacy's operations, ensuring safe packaging for medical supplies. Interested vendors must submit their quotes, including a signed RFQ and a Certificate of Compliance, by February 27, 2025, at 4 PM Central Standard Time. For further inquiries, vendors can contact Jennifer L Knight at jennifer.knight@va.gov or call 913-684-0162.
    8145--Cooler & Gel Packs IDIQ
    Buyer not available
    The Department of Veterans Affairs is issuing a pre-solicitation notice for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure coolers and gel packs for the Consolidated Mail Outpatient Pharmacy (CMOP) across seven locations. The procurement aims to secure various sizes of coolers and gel packs, both frozen and unfrozen, essential for the safe transportation of temperature-sensitive pharmaceuticals while adhering to strict temperature storage standards. This initiative underscores the VA's commitment to maintaining high standards in the delivery of critical medical supplies to veterans, emphasizing compliance with temperature regulations during transit. Interested vendors must submit three product samples for testing by the solicitation deadline, with the solicitation package expected to be available on SAM.gov around February 21, 2025, and proposals due by March 21, 2025. For inquiries, vendors can contact Larry Zaritz at larry.zaritz@va.gov or call 913-684-0156.
    6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the supply of custom sterile surgical procedure packs for an estimated 35 VA Medical Centers and Community Based Outpatient Clinics (CBOCs) across multiple Veterans Integrated Service Networks (VISNs). The contractor will be responsible for providing all necessary labor, materials, sterilization, transportation, and quality assurance to ensure compliance with federal, state, and local regulations while delivering these essential medical supplies. This procurement is critical for maintaining operational readiness and enhancing healthcare delivery for veterans, with a contract anticipated to be awarded as a firm-fixed price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract over a five-year period, with a minimum guarantee of $175,000 and a maximum ceiling of $98.5 million. Interested offerors must register in the System for Award Management (SAM.gov) and submit their proposals by the specified deadline, with further details available on the SAM website.