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 the procurement of operational and mailing supplies for its Consolidated Mail Outpatient Pharmacy (CMOP) locations, including Leavenworth, Kansas. The solicitation, identified as 36C77025R0004, encompasses a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million, requiring vendors to supply a range of items such as corrugated boxes, bubble mailers, and sealing tape that meet stringent specifications for patient safety and product integrity. These supplies are critical for ensuring efficient mail operations and safe delivery of medications to veterans. Interested vendors must submit proposals, including product samples, by the specified deadlines, and can direct inquiries to Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov, with the contract period commencing on January 1, 2026.

    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, "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.
    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.
    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
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of operational and mailing supplies for its Consolidated Mail Outpatient Pharmacy (CMOP) locations, including Leavenworth, Kansas. The solicitation, identified as 36C77025R0004, encompasses a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million, requiring vendors to supply a range of items such as corrugated boxes, bubble mailers, and sealing tape that meet stringent specifications for patient safety and product integrity. These supplies are critical for ensuring efficient mail operations and safe delivery of medications to veterans. Interested vendors must submit proposals, including product samples, by the specified deadlines, and can direct inquiries to Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov, with the contract period commencing on January 1, 2026.
    Pharmaceutical Repackaging Services for National CMOP (770)
    Buyer not available
    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
    Buyer not available
    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.
    Tucson CMOP Shipping Box/Coolers
    Buyer not available
    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.
    6505--Carbidopa Levodopa Immediate Release (IR) Tablets
    Buyer not available
    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.
    6505--LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB (VA-26-00008212)
    Buyer not available
    The Department of Veterans Affairs is seeking small business vendors to supply LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB, as part of solicitation number 36C77026Q0005. This procurement involves delivering a total of 1,460 boxes of the pharmaceutical product to the VA CMOP facility in Hines, Illinois, with a base period and four option years, each requiring delivery by January 5th of the respective year. The goods are critical for patient care within the VA healthcare system, emphasizing the importance of timely and compliant delivery. Interested vendors must submit their proposals, including a signed SF 1449, pricing schedule, and other required documentation, by December 16, 2025, at 3 PM Central Time, and can direct inquiries to Contract Specialist Jennifer Coleman at Jennifer.Coleman4@va.gov.
    SAVAHCS Postal Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide postal services for the Southern Arizona VA Health Care Systems (SAVAHCS) from April 1, 2026, to September 30, 2030. The procurement includes daily mail pickup, processing, presorting, metering, and delivery to the USPS, with compliance to USPS and government regulations, including HIPAA and the Privacy Act. This opportunity is particularly aimed at Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone, and other Small Businesses, emphasizing the importance of these services in supporting the healthcare operations of the VA. Interested parties must submit their capabilities and proof of similar work by January 5, 2026, at 11:00 AM MDT, and registration in SAM and the VetBiz Registry is required for eligible businesses. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    Q517--Staffing Service Tucson
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for staffing services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona, under Solicitation Number 36C77022R0008. The contract, which is a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, requires the contractor to provide non-personal staffing for various roles, including Pharmacists, Pharmacy Technicians, and Shipper/Packer positions, ensuring a minimum staffing rate of 97% across two shifts. This procurement is critical for maintaining efficient pharmacy operations, processing over 15 million prescriptions annually, and adhering to strict compliance with VA and federal regulations, including HIPAA. Proposals are due by 10:00 AM CST on December 18, 2025, and interested parties should contact Nicholas L. Schulte at nicholas.schulte1@va.gov for further information.
    6505--Zonisamide Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a Request for Proposal (RFP) for the unrestricted procurement of Zonisamide Capsules, which will serve various federal entities including the Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC). The contract will be awarded to a single offeror capable of providing an uninterrupted supply of the specified medications, with a contract period of one year and four optional one-year extensions. The procurement is critical for ensuring the availability of these pharmaceutical products, which are essential for patient care within the VA and other federal health facilities. Interested parties should monitor SAM.gov for the solicitation, expected to be issued around December 15, 2025, with a closing date of December 30, 2025, and may direct inquiries to Chris Carthron at Christopher.Carthron@va.gov.
    6505--Ustekinumab Pens/Syringes or Biosimilar
    Buyer not available
    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.