FMS Cache Rx Products
ID: 75A50325Q00006Type: 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, specifically the Office of Assistant Secretary for Preparedness and Response (ASPR/ORM-SNS), is seeking qualified vendors to supply FMS Cache Rx Products through a Combined Synopsis/Solicitation. The procurement involves a range of pharmaceutical products, including both over-the-counter and prescription medications, with specific requirements for quantities, packaging types, and compliance with regulatory standards. This initiative is crucial for ensuring the availability of essential medical supplies for government facilities, thereby supporting public health services. Interested vendors should contact Terri Reed at terri.reed@hhs.gov or Kimberly Golden at kimberly.golden1@hhs.gov for further details and to participate in the bidding process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Technical Product List Template for a government Request for Proposals (RFP) concerning medical supplies. It outlines a comprehensive list of pharmaceutical products, each identified by specific details such as product descriptions, form, dosage, and packaging quantities. The list includes items ranging from common medications like acetaminophen and ibuprofen to specialized pharmaceutical solutions and injections. Vendors are requested to provide their company name, business size, and essential details such as National Drug Code (NDC) and National Stock Number (NSN) for compliance. Additionally, vendors are prompted to confirm product shelf life, manufacturing certifications, and compliance with Trade Agreement Act (TAA) and Buy American Act (BAA) regulations. The RFP is structured to facilitate the procurement of medical supplies necessary for federal, state, and local health services. By detailing expected quantities and delivery schedules, this document not only targets effective sourcing but also aims to ensure a steady supply of essential health goods essential for public welfare.
    The document outlines a government procurement request for various pharmaceutical products, detailing specific quantities, packaging types, and product descriptions. Offerors are invited to submit pricing for one or multiple items, with the stipulation that the full quantity of each item will be awarded to only one offeror. The list includes numerous medications ranging from common over-the-counter drugs like Acetaminophen, to prescription medications such as Amoxicillin and Epinephrine, in varying package sizes including bottles, packs, and blister packs. The purpose of this procurement is to ensure the availability of essential pharmaceutical products for government facilities, highlighting the need for competitive bids to provide these items efficiently. As part of the government's commitment to health services, the document emphasizes the importance of responsive and responsible sourcing while adhering to regulatory standards. Overall, the summary reflects an organized structure focused on providing essential medical supplies within specified parameters.
    The document is a Q&A sheet related to a government solicitation, structured to facilitate communication between contractors and the government regarding specific inquiries about the solicitation. Each entry follows a consistent format, documenting contractors' questions linked to specific RFP sections, followed by the government's responses. The primary purpose of this sheet is to consolidate questions from various vendors and provide answers to foster transparency and understanding of the solicitation requirements. This Q&A process ensures that all contractors have access to the same information and clarifications, thereby enhancing competitive fairness. The structure emphasizes clarity and organized communication, serving as a crucial tool in the federal procurement process. It reflects the government's commitment to clarify expectations and address potential ambiguities in RFPs to enable informed proposals from contractors.
    The document outlines the Offeror Representations and Certifications required for federal contracts involving commercial products and services. It specifies that the Offeror must complete certain sections based on their annual representations in the System for Award Management (SAM). Essential definitions include "economically disadvantaged women-owned small business," "service-disabled veteran-owned small business," and "manufactured end product," among others. The file covers various requirements such as certifications regarding child labor, compliance with federal tax obligations, and restrictions on doing business with certain entities, including those linked to Iran or Sudan. Offerors are required to provide information on ownership, tax identification, and whether operations involve covered telecommunications equipment. The document stresses the importance of accurate and current representations to ensure adherence to federal regulations. These provisions are designed to promote diversity in contracting, prevent exploitation, and uphold ethical and legal standards in government procurement processes. The structure clearly lays out the checklist of items the Offeror must certify, ensuring compliance in government solicitations and contracts.
    The document appears to pertain to federal and state funding opportunities, including Requests for Proposals (RFPs) and grants. It emphasizes the importance of streamlined processes for governmental funding, aiming to enhance efficiency in administering public resources. Key ideas include increasing accessibility for applicants, setting clear guidelines for proposal submissions, and ensuring compliance with regulatory standards. The document likely structures information around specific grant programs, deadlines, eligibility criteria, and evaluation processes to guide potential applicants in successfully navigating the funding landscape. Overall, it seeks to reinforce transparent practices in public finance while facilitating effective communication between government entities and stakeholders.
    Lifecycle
    Title
    Type
    FMS Cache Rx Products
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Retail Pharmaceutical Prescription Fulfillment for Nashville Area Office Patients
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for retail pharmaceutical prescription fulfillment services for patients at the Nashville Area Office. 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 facilitating access to healthcare for American Indians and Alaska Natives. This initiative is critical for meeting the pharmaceutical needs of local healthcare services, with an emphasis on innovative service models such as home delivery and the integration of digital processes for billing and prescription handling. Interested vendors can contact Paul Carr at paul.carr@ihs.gov or 615-467-1567, or Henry Daniels at henry.daniels@ihs.gov or 615-467-1516 for further details.
    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.
    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.
    Fexofenadine HCL Follow On MOD P00002
    Buyer not available
    Special Notice: DEPT OF DEFENSE - DEFENSE LOGISTICS AGENCY is seeking Fexofenadine HCL Follow On MOD P00001. Fexofenadine HCL is a drug used to relieve symptoms of seasonal allergies such as runny nose, sneezing, itchy or watery eyes, and itching of the nose or throat. This procurement is for NDC changes. For more information, please contact Catherine Gilbert at catherine.gilbert@dla.mil or 2157374778.
    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.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is soliciting quotations for pharmaceutical agents as part of its Pharmacy Uniform Formulary Blanket Purchase Agreement and Additional Discount Program, managed by the Defense Health Agency (DHA). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the selection and classification of pharmaceutical agents based on clinical and cost-effectiveness for military beneficiaries. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting, scheduled for May 7-8, 2025, will review specific drug classes, including Breast Cancer Agents and Targeted Immunomodulatory Biologics, with quotes due by March 20, 2025. Interested vendors should direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil for further details.
    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.
    Rabeprazole Sodium DR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for Rabeprazole Sodium DR, a pharmaceutical product essential for various medical treatments. This procurement falls under the NAICS code 325412, which pertains to Pharmaceutical Preparation Manufacturing, and is classified under the PSC code 6505 for Drugs and Biologicals. Rabeprazole Sodium is commonly used to treat conditions such as gastroesophageal reflux disease (GERD) and peptic ulcers, highlighting its importance in military healthcare. Interested vendors can reach out to Trong Nguyen at Trong.Nguyen@dla.mil or call 215-737-4197 for further details, while Jason Wray is also available at jason.wray@dla.mil or 215-737-0614 for additional inquiries.
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
    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.