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--Mycophenolate Mofetil RFP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Mycophenolate Mofetil capsules and tablets under Solicitation Number 36E79725R0010, aimed at establishing national pricing for these pharmaceutical products. The contract is intended to support various government health care facilities, including those under the Department of Defense and Indian Health Service, ensuring compliance with FDA standards and the Drug Supply Chain Security Act. Offerors are required to submit pricing for both the base year and four option years, with a deadline for submissions extended to March 4, 2025, at 2:30 PM CST, and must acknowledge receipt of this amendment to avoid rejection of their offers. Interested parties can contact Contract Specialist Amber Zavala at amber.zavala@va.gov for further information.
    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--Bevacizumab Injection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of Bevacizumab injections, a critical pharmaceutical product used in various healthcare settings for veterans. Vendors are required to meet specific criteria, including providing unique National Drug Codes (NDC) and adhering to the Drug Supply Chain Security Act regulations, as the contract aims to ensure a reliable supply of this medication across government health care facilities. The selected contractor will be responsible for multiple line items of different Bevacizumab formulations, maintaining compliance with FDA manufacturing practices, and submitting quarterly sales reports, including cost recovery fees. Interested vendors should contact Contract Specialist Matthew S. Poulin at Matthew.Poulin@va.gov for further details, with submissions due by the specified deadlines outlined in the solicitation document.
    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.
    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.
    6515--PHARMACY SPOT MONITORS
    Buyer not available
    The Department of Veterans Affairs is seeking responses to a Special Notice regarding the procurement of Pharmacy Spot Monitors, as outlined in solicitation number 36C25725Q0326. This initiative aims to identify qualified sources capable of providing vital monitoring equipment that includes features such as non-invasive blood pressure measurement and pulse rate capabilities, designed for integration into healthcare environments. The procurement is part of the VA's broader mission to enhance healthcare services for veterans through improved medical equipment supply chains. Interested businesses should submit their capabilities and company information to Contract Specialist Tammy L. Wilson at Tammy.wilson5@va.gov or call 254-661-5372, ensuring compliance with federal confidentiality protocols.
    6505--Insulin (VA-25-00026482)
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Request for Proposal (RFP) 36E79725R0018, aimed at procuring human insulin for various federal agencies, including the Department of Defense and the Bureau of Prisons. The procurement seeks an uninterrupted supply of insulin over a one-year period, with the possibility of extending the contract for four additional one-year options, and includes specific technical requirements such as individual packaging with barcodes and compatibility with automated dispensing units. This initiative underscores the VA's commitment to ensuring a consistent supply of essential medications for federal health services. Interested offerors should monitor the SAM.gov site for updates, as the solicitation will be available electronically around March 4, 2025, with proposals due by March 18, 2025; inquiries can be directed to Contract Specialist Billy Fong at billy.fong@va.gov or by phone at 708-786-4992.
    6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Custom Sterile Surgical Procedure Packs for various facilities across Veterans Integrated Service Networks (VISNs) 5, 9, 10, 12, 15, 16, and 23. The procurement aims to ensure the timely delivery of essential sterile medical supplies, including a variety of surgical packs tailored for specific procedures, which are critical for maintaining high standards of patient care in VA medical centers. This initiative underscores the importance of standardization and compliance with federal regulations, including the Trade Agreements Act, to enhance operational efficiency in healthcare delivery. Interested vendors should contact Contract Specialist Laura Nabity at Laura.Nabity@va.gov, with the contract period set to commence on May 1, 2025, and a funding ceiling of $98.5 million.