NATIONAL OPERATIONAL/MAILING SUPPLIES
ID: 36C77025R0004Type: Solicitation
Overview

Buyer

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

NAICS

Corrugated and Solid Fiber Box Manufacturing (322211)

PSC

PACKAGING AND PACKING BULK MATERIALS (8135)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Small Business Subcontracting Plan, providing a sample framework for companies to meet federal subcontracting requirements under Section 8(d) of the Small Business Act and FAR Subpart 19.7. It details three plan types: Commercial, Individual Contract, and Individual Contract incorporating a Master Plan. The plan mandates setting specific dollar and percentage goals for various small business categories (e.g., HUBZone, small disadvantaged, women-owned, veteran-owned, service-disabled veteran-owned). It also requires a description of subcontracted supplies/services, the methodology for developing goals, and methods for identifying potential small business sources. Key components include designating a Program Administrator with defined duties to oversee the plan, ensuring equitable opportunities for small businesses, incorporating specific FAR clauses into subcontracts, and outlining reporting and recordkeeping procedures. The document emphasizes timely payments to small business subcontractors and a
    This document addresses frequently asked questions regarding a government solicitation for various supplies, including carton sealing tape, pallet stabilizing film, bubble mailers, and corrugated boxes. Key details include acceptable mil thickness for tape (1.8 mil standard, 2.0 mil fine), the rejection of cast film for pallet wrap, and the acceptance of equivalent bubble mailers. Specific requirements for corrugated boxes, such as dimensions, burst limit (200 psi), and edge crush test (32 ECT), are outlined. The solicitation will be unrestricted, and awards will be issued per CMOP location, requiring vendors to supply all items for their awarded location. Electronic signatures are acceptable, and pricing schedules should be submitted in Excel format only. The document also clarifies requirements for plastic barcoded seals and zip ties, distinguishes between shrink wrap and stretch film, and identifies incumbent BPA holders for most items, with Chelmsford CMOP being a new requirement. Sample quantities for child-resistant medical pouches and Gaylord boxes can be reduced to 10 each and 2 samples, respectively. Furthermore, it clarifies instructions for clear medical bags, confirms the need for machine-grade shrink wrap, and states a preference for quoting items “by the each.”
    This document addresses frequently asked questions regarding a government solicitation for various operational supplies, including carton sealing tape, pallet stabilizing film, bubble mailers, and corrugated boxes. Key clarifications include the acceptance of 1.8 mil or 2.0 mil for carton sealing tape, a rejection of cast or blown film for pallet stabilizing film, and the acceptance of equivalent bubble mailers. Specific requirements for corrugated boxes, such as burst limit and edge crush test, are detailed. The solicitation will be unrestricted, and awards will be issued per CMOP location, requiring vendors to supply all items for that location. Electronic signatures are acceptable, and pricing schedules should be submitted in Excel only. The document also clarifies specifications for plastic barcoded seals and zip ties, confirming that 'shrink wrap' and 'stretch film' are generally considered the same for this solicitation. Information on existing BPA holders for similar items is provided, and the government will accept reduced sample quantities for child-resistant clear medical pouches and Gaylord boxes. Additionally, it confirms that all items should be quoted by the 'each' and specifies machine-grade film for shrink wrap applications. Material and mil thickness requirements for clear tape are also outlined.
    This document, "Attachment 6 – Past Performance," provides instructions for prime contractors and reference contacts to complete a past performance questionnaire for a United States Department of Veterans Affairs contract. The contract, solicitation number 36C77025R0004_2, is a five-year IDIQ contract for operational (mailing) supplies for all seven CMOP locations. The prime contractor initiates the form, and reference contacts then provide detailed information about their company, the contract they had with the prime, and a performance rating based on a scale of 0 (Neutral) to 5 (Exceptional). The evaluation covers quality, delivery, communication, invoicing, and addresses whether cure or show cause notices were issued. Reference contacts also indicate if they would award another contract to the prime, with explanations required for ratings and specific situations in a remarks section.
    The Department of Veterans Affairs (VA) Consolidated Mail Outpatient Pharmacy (CMOP) is seeking to establish multiple National Single Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for operational mailing supplies across its seven locations. The solicitation, 36C77025R0004, outlines a five-year contract period with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million. Vendors must submit proposals with exact product samples that meet stringent specifications for patient safety and product integrity, including dimensions, box certification, color, and special characteristics. Failure to provide samples will result in disqualification. The contract emphasizes electronic invoicing, the use of authorized ordering officers, and strict adherence to delivery and quality requirements. It also includes clauses on veteran-owned small business evaluation factors, gray market and counterfeit items, and compliance with various federal acquisition regulations.
    This government solicitation (36C77025R0004) by the Department of Veterans Affairs seeks to establish five-year, National Multiple Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for operational mailing supplies. These supplies will support all seven Consolidated Mail Outpatient Pharmacy (CMOP) locations, ensuring patient safety and product integrity for prescription shipments. Vendors must submit "Authorized Distributor Letters" if not the manufacturer and provide samples for testing to meet specific dimensions and quality standards. Up to seven awards can be made to one vendor, with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million per IDIQ. Deliveries will be based on site needs, with emergency orders required within two business days. Electronic invoicing via SAM registration and the VA FSC Electronic Commerce Branch is mandatory. Non-conforming proposals or those without samples will be deemed unacceptable.
    The NATIONAL CMOP OPERATIONAL/MAILING SUPPLIES solicitation (36C77025R0004_2) outlines the procurement of various operational and mailing supplies for multiple CMOP (Consolidated Mail Outpatient Pharmacy) locations, including Murfreesboro (Mid-South), Dallas, Hines (Great Lakes), Tucson, Leavenworth, Chelmsford, and Charleston. The contract includes a base period from January 1, 2026, to December 31, 2026, followed by two optional ordering periods for the subsequent years. The required items are consistent across the base and ordering periods, encompassing resealable bags of various sizes and thicknesses, corrugated boxes of different dimensions with specific burst limit and edge crush test requirements, durable polyethylene mailers (including bubble mailers), bubble wrap, tape dispensers, box sealing tape, stretch wrap film, plastic barcoded zip ties/seals, and child-resistant medical pouches (MEDI-CRREO). Some items specify
    The government solicitation 36C77025R0004_2 outlines the procurement of operational and mailing supplies for multiple National CMOP (Consolidated Mail Outpatient Pharmacy) locations, including Murfreesboro, Dallas, Hines, Tucson, Leavenworth, Chelmsford, and Charleston. The solicitation details specific items such as various sizes of resealable bags, corrugated boxes, durable mailers (polyethylene and bubble), bubble wrap, tape, tape dispensers, plastic barcoded zip ties/seals, cohesive bubble wrap, stretch film, shrink wrap, poly strapping, and child-resistant reclosable medical pouches. The document specifies dimensions, material properties, and quantities for each item, often including brand-name-or-equal clauses and packaging requirements. The procurement covers a base period from January 1, 2026, to December 31, 2026, with identical ordering periods for 2027 and 2028. The file emphasizes the need for child-resistant packaging to be clear for pharmacist inspection and adherence to U.S. Postal regulations for tape.
    This government solicitation, 36C77025R0004_2, outlines the requirements for operational and mailing supplies for multiple National CMOP (Consolidated Mail Outpatient Pharmacy) locations, including Murfreesboro (Mid-South), Dallas, Hines (Great Lakes), Tucson, Leavenworth, Chelmsford, and Charleston. The solicitation details a comprehensive list of items needed, categorized by CMOP location, for a base period and two subsequent ordering periods. Supplies include various sizes and types of resealable bags, corrugated boxes, durable mailers (polyethylene and bubble), bubble wrap, child-resistant medical pouches (MEDI-CRREO), tape dispensers, box sealing tape, stretch wrap film, shrink wrap, poly strapping, and plastic barcoded zip ties/seals. Specific requirements are provided for material thickness, burst limits, edge crush tests, dimensions, and anti-static properties for mailers. Some items explicitly state
    The Department of Veterans Affairs issued a Pre-Solicitation Notice (36C77025R0004) for the procurement of operational and mailing supplies necessary for the Network 15 Consolidated Mail Outpatient Pharmacy (CMOP) across seven locations over the next five years. The announcement specifies requirements such as resealable bags, corrugated boxes, mailers, bubble wrap, medical child-resistant reclosable bags, tape dispensers, and stretch wraps, detailing quantities, sizes, and specifications for each item. The solicitation emphasizes multiple awards to vendors able to supply all requested items for specific CMOP locations, allowing bids for individual locations. Vendors must also provide product samples for compliance testing. The solicitation package is anticipated to be posted on SAM.gov by July 7, 2025, with a close date of August 7, 2025. Queries should be directed to the designated contact at the VA. This procurement aims to streamline supply acquisition for critical pharmacy operations serving veterans.
    The National CMOP Operational Supplies solicitation (36C77025R0004) provides detailed specifications for a variety of packaging and shipping materials required by the federal government. The solicitation lists specific items needed for multiple locations, including resealable poly bags, corrugated boxes of various dimensions, durable mailers, bubble wrap, and packaging tape. Each item has designated specifications that include size, material type, and any necessary safety features, such as child-resistant packaging for medical items. The procurement is structured over multiple periods starting from September 1, 2025, to August 31, 2026, with additional ordering periods extending through 2028. The detailed requirements ensure compliance with safety standards and operational efficiency for government shipping needs. This solicitation illustrates the government's methodical approach in sourcing essential operational supplies while emphasizing rigorous adherence to specifications and safety measures.
    The document outlines a government Request for Proposal (RFP) for the procurement of operational supplies for the National CMOP (Centralized Medication Ordering Process), specifically for three locations: Murfreesboro, Dallas, and Tucson among others. The primary items sought include various sizes of resealable clear poly bags, corrugated boxes, mailers, tape, and bubble wrap to support medication handling and shipping. Each item is categorized with specific dimensions, materials, and performance standards, such as burst limits and edge crush tests, ensuring compliance with quality requirements. The RFP describes the base contract period beginning September 1, 2025, with subsequent ordering periods extending into 2028, indicating the long-term procurement nature of these supplies. This document serves as a structured solicitation to identify vendors capable of fulfilling the government’s needs, highlighting clear specifications for each item, and the importance of maintaining safety and efficiency in medication distribution across federal healthcare facilities. The focus on particular materials and specifications underscores the necessary robustness for medical supply chain integrity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Pharmaceutical Repackaging Services for National CMOP (770)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for pharmaceutical repackaging services for the National Consolidated Mail Outpatient Pharmacy (CMOP) program. The contract, identified as 36C77026R0004, is a firm-fixed-price, indefinite-delivery agreement intended to support the repackaging of government-purchased oral solid pharmaceuticals into various bottle sizes for distribution to over 7 million veterans. The contract spans a five-year ordering period from February 1, 2026, to January 31, 2031, with a potential six-month extension, and has a minimum value of $20 million and a maximum value of $125 million. Interested contractors should contact Renee Kreutzer at renee.kreutzer@va.gov for further details and must submit their proposals by the specified deadlines, ensuring compliance with all relevant regulations and standards.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    6505--36C77026Q0061/RFI/Domestic Sources Rx_MedSurge
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from domestic pharmaceutical manufacturers through a Request for Information (RFI) designated 36C77026Q0061, aimed at supporting the Consolidated Mail Outpatient Pharmacy (CMOP) in fulfilling its Open Market (OM) purchasing needs. The RFI seeks to identify both small and large businesses capable of providing a range of pharmaceutical products and ancillary items, with a focus on those manufactured in the United States, to enhance the supply chain for approximately 450,000 prescriptions mailed daily to Veterans. Interested manufacturers are required to submit detailed company and product information, including FDA-approved NDC numbers and operational capabilities, by March 15, 2026, at 4:30 PM CT. For further inquiries, respondents can contact Michael McAlhaney at Michael.McAlhaney@va.gov or (913) 684-1976.
    Tucson CMOP Shipping Box/Coolers
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking suppliers for shipping boxes and coolers to support the Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The procurement aims to secure insulated containers capable of maintaining a Mean Kinetic Temperature (MKT) at or below 45 degrees Fahrenheit for at least 48 hours, ensuring the safe mailing of temperature-sensitive pharmaceuticals to Veteran patients. This opportunity is critical for maintaining the integrity of prescription deliveries, with a requirement for 143,242 units to be delivered daily, accommodating emergency orders and fluctuations in workload. Interested vendors must respond to the Sources Sought Notice by emailing Jennifer L. Knight at jennifer.knight@va.gov by November 20, 2025, at 10:00 AM Central Time, as this notice is part of market research and does not constitute a solicitation for proposals.
    Semi Auto Packer Supplies for the TUCSON CMOP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Semi Auto Packer Supplies for the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes various supplies such as mailing bags, thermal transfer ribbons, copy paper, and Lexmark printer toner and maintenance kits, with specific emphasis on AbilityOne-designated products. The solicitation, numbered 36C77026Q0056, requires vendors to submit samples for technical evaluation, along with a signed Form 1449 and completed Price Schedule, by the deadline of January 9, 2026, at 4 PM CST. Interested parties can contact Jennifer L Knight at jennifer.knight@va.gov or call 913-684-0162 for further information.
    7510--760-26-1-060-0070 -Leavenworth CMOP PT CENTRIC LABELS -(VA-26-00025612)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is seeking qualified small businesses to provide four types of patient-centric labels for its Shawnee (Leavenworth) CMOP facility in Kansas. The procurement includes specific label sizes designed for various applications, including patient-centric, long signature, sprint, and direct thermal packing labels, with a total quantity of 3,012 units required. This opportunity is significant as it supports the operational needs of the Veterans Affairs healthcare system, ensuring efficient labeling for patient care. Interested vendors must submit their quotations, including OEM documentation, a signed SF1449, a price schedule in Excel format, and a Buy American Act Certificate by January 20, 2026, with the RFQ expected to be issued on January 7, 2026. For further inquiries, vendors can contact Kelley Cunningham at kelley.cunningham@va.gov or by phone at 913-946-1975.
    6505--Ustekinumab Pens/Syringes or Biosimilar
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Ustekinumab Pens/Syringes or Biosimilars, aimed at supplying various federal health entities including the Department of Defense, Bureau of Prisons, Indian Health Service, and Federal Health Care Center. The contract will be awarded for an initial period of one year, with the possibility of four additional one-year option periods, ensuring a consistent supply of these critical pharmaceutical products through the VA and DoD Pharmaceutical Prime Vendor Programs. Offerors must provide drugs with unique National Drug Code (NDC) numbers and ensure that any biosimilar products meet FDA licensing requirements, as outlined in the FDA Purple Book. The solicitation is expected to be released around January 12, 2026, with a tentative closing date of January 27, 2026; interested parties should direct inquiries to Chris Carthron at Christopher.Carthron@va.gov or (708) 786-4980.
    6505--Carbidopa Levodopa Immediate Release (IR) Tablets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Carbidopa Levodopa Immediate Release (IR) Tablets, aimed at ensuring a reliable supply for various federal health care entities, including the VA, Department of Defense (DoD), and Bureau of Prisons (BOP). The procurement will involve awarding a single contract for an initial one-year period, with the possibility of four additional one-year option periods, to maintain an uninterrupted supply of these essential medications. The estimated annual requirements detail various dosages and package sizes, with total usage ranging from 2,008 to 118,764 bottles depending on the item. The solicitation is expected to be released around December 18, 2025, with a closing date of January 8, 2026; interested parties should direct inquiries to Ray Roldan at Raymond.Roldan@va.gov or call 708-786-4930.
    6515--MSPV BPA Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified suppliers to establish Blanket Purchase Agreements (BPAs) for Medical/Surgical Prime Vendor (MSPV) supplies, specifically consumable medical and surgical items, for nationwide use within the Veterans Health Administration (VHA). This procurement aims to ensure the availability, consistency, and standardized pricing of medical supplies while adhering to compliance regulations, including the Federal Acquisition Regulation (FAR) and the Trade Agreements Act. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and emphasizes the importance of authorized distributors, competitive pricing, and adherence to electronic data interchange (EDI) standards. Interested parties must submit their quotes by January 19, 2026, and can direct inquiries to Contracting Officer Katherine (Katie) Corcoran at katherine.corcoran@va.gov or 401-402-4678.
    DA01--New Contract - Polypharmacy (VA-26-00018584)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new contract titled "Reducing Inappropriate Polypharmacy" to address medication management issues within the VA healthcare system. The procurement aims to develop and implement software solutions that will enhance program management, pilot phases, and sustainment of services, with an estimated total award amount of $47 million over a base period of six months and four one-year option periods. This initiative is critical for improving patient care and reducing the risks associated with polypharmacy among veterans. Interested parties must respond to the solicitation by January 14, 2026, at 10 AM Eastern Time, and can contact Contract Specialist Elena Juliano at elena.juliano@va.gov or 848-377-5194 for further information.