Base Notice: Tobacco Retailer Inspections - 75F40125R00046
ID: 75F40125R00046Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Investigation and Personal Background Check Services (561611)

PSC

INSPECTION- MISCELLANEOUS (H399)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking qualified contractors for the Tobacco Retailer Inspections under Solicitation No. 75F40125R00046. The objective of this procurement is to conduct compliance inspections of tobacco retailers to ensure adherence to the Tobacco Control Act, focusing on reducing youth access to tobacco products through undercover buys and advertising compliance checks. This initiative is critical for public health, as it aims to enforce regulations that protect young individuals from tobacco use. Interested parties must submit their proposals by May 30, 2025, and can direct inquiries to Janice Heard at janice.heard@fda.hhs.gov or Brandon Rafus at brandon.rafus@fda.hhs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the amendment of solicitation 75F40125R00046 for the FDA Tobacco Retailer Inspection Services (FY25 IDIQ). It communicates key changes, including the extension of the Phase II proposal submission deadline to May 30, 2025, and updates to various clauses. The purpose of this IDIQ contract is to conduct compliance inspections of tobacco retailers to ensure adherence to the Tobacco Control Act and associated regulations. The FDA aims to contract with U.S. states and third-party entities for these inspections, ensuring public health protection and reduction of youth tobacco use. The contract includes stipulations for various contract types, payment structures, and compensation for supporting services, including undercover buy inspections and advertising compliance checks. Key responsibilities outlined involve recruiting and training inspectors, maintaining compliance with federal laws, ensuring the confidentiality of underage purchasers, and utilizing FDA's Tobacco Inspection Management System (TIMS) for data management. The document emphasizes the importance of maintaining proper procedural protocols and documentation to support enforcement actions when applicable. The overarching goal is to manage and regulate tobacco retailer activities effectively while adhering to legal and safety frameworks.
    The document outlines equipment, supplies, and forms that contractors must maintain for the FDA's inspection processes within various programs. It specifies items provided by the FDA, such as an iPhone and commissioning credentials for inspectors, along with tools like inspection forms and training apps. It details what must be maintained by the contractor, including laptops, PIV cards, and secure storage for records. The document also highlights prohibited items, including recording equipment and firearms, while allowing for vehicle leasing and mileage reimbursement for personal vehicles. Overall, it establishes guidelines for the resources necessary for effective program participation and compliance with FDA inspection protocols, ensuring that contractors adhere to strict operational standards in carrying out inspections. The emphasis is on maintaining documentation and equipment while outlining acceptable practices for inspection activities consistent with federal regulations.
    The document is a Past Performance Questionnaire related to the FDA's Solicitation Number 75F40125R00018, aimed at gathering input on the performance of contractors for similar services. It requests detailed information regarding past contracts, including the contract number, value, duration, and a description of services provided. Respondents are asked to evaluate contractor performance based on defined criteria: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Applicable, specifically assessing performance, timeliness, and quality of services. The questionnaire emphasizes the importance of providing thorough narrative comments to support the ratings given. Responses are due to the Contract Specialist, Brandon Rafus, by a specific deadline, which is indicated as 'xxxxxxxxx' within the document. This process reflects a systematic approach in federal procurement, ensuring that past performance is a key factor in evaluating potential contractors for government projects.
    The document outlines the wage determinations applicable under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 1988-0407, Revision No. 64, effective January 27, 2025. It mandates that federal contracts adhere to minimum wage standards established by Executive Orders 14026 (minimum wage of $17.75 per hour) and 13658 (minimum wage of $13.30 per hour), depending on the contract date. Additionally, it specifies fringe benefits for covered occupations, including health and welfare provisions, paid sick leave under Executive Order 13706, as well as vacation and holiday requirements. The document emphasizes the need for compliance during contract activities and outlines the procedure for requesting wage classification adjustments through Standard Form 1444. Moreover, it stresses that employers must provide uniforms without cost or reimburse their maintenance to ensure compliance with wage determination standards. The overarching aim is to protect employees’ rights, ensuring fair compensation and benefits across federal contracting work, while maintaining adherence to legal standards and requirements. Overall, the document serves as a vital guideline for contractors navigating wage determinations in federal contracts.
    The document outlines Wage Determination No. 2024-0024 from the U.S. Department of Labor, detailing wage rates and fringe benefits for service contract employees under the Service Contract Act (SCA). It specifies the minimum wage for workers on Department of Health and Human Services contracts for Underage Purchaser services during Year 3 (9/30/23 - 9/30/24) as $13.18 per hour across several states including Nebraska, North Dakota, Ohio, and South Dakota. For contracts initiated or renewed post-January 30, 2022, the minimum wage rises to $16.20 per hour, following Executive Order 14026. The document also describes the accrued benefits such as health and welfare ($4.98 per hour) and paid leave (under Executive Order 13706), along with vacation and holiday entitlements. It outlines the process for classifying unlisted service employee roles and the requirement for contractor compliance with these wage determinations to prevent underpayment. Additionally, it addresses uniform provisions that must be met by contractors. This summary provides insight into labor standards set for federal contracts and emphasizes worker protections, essential for understanding the administrative obligations under government contracts.
    The document outlines the process for states to submit retail locations for inspection into the Tobacco Inspection Management System (TIMS). It provides a structured template for data entry in Excel, detailing required fields such as Trade Name, Legal Name, State ID, and address components. States can submit a comprehensive list of retail locations as well as update or add new establishments through supplemental lists saved on a CD. The importance of following the template format accurately is emphasized, as incomplete submissions will not be accepted. State Coordinators can also manually update entries, ensuring any deletions are logged properly as "Out of Business." The document serves as a guideline for ensuring consistency and completeness in the data reported to the Center for Tobacco Products, ultimately supporting regulatory oversight and compliance in tobacco retail. Emphasis is placed on avoiding duplicates and accurately capturing all necessary information in the correct format to facilitate efficient processing and access.
    The Monthly Report Template for the FDA Retail Tobacco Compliance Check Inspection Program is designed to collect and summarize data regarding tobacco inspections conducted by contracted agencies. It captures the number of inspections completed, details on program management activities, labor hours, updates to the list of tobacco retail establishments, and personnel involved in inspections. The report requires contractors to describe the retail inspection coverage plans, non-FDA tobacco control collaborations, performance barriers, and any media inquiries during the month. All financial information, including estimated costs and outstanding invoices, must also be documented. This structured format allows the Center for Tobacco Products to monitor compliance effectively, ensuring that tobacco retailers adhere to FDA regulations. By documenting activities and financial data, the report aims to maintain transparency and accountability within government-funded tobacco control programs, supporting the overarching goal of safeguarding public health through strict regulatory measures.
    The document is a commitment agreement for employees accessing non-public information from the Food and Drug Administration (FDA) as part of a specific contract. It stipulates that individuals are required to protect sensitive information and not disclose it in any form, in compliance with various federal laws, including 21 U.S.C. 331(j), 21 U.S.C. 360j(c), and 18 U.S.C. 1905. The agreement highlights that violators could face criminal penalties. The document includes sections for the employee’s signature and information about the FDA, indicating its official nature. The primary purpose is to ensure that employees understand their responsibility to maintain confidentiality regarding FDA information, thereby reinforcing the agency's commitment to protecting sensitive data while fulfilling its obligations under government contracts. This is vital in the context of RFPs and grants, where the confidentiality of proprietary or sensitive information is paramount.
    The document outlines multiple task orders issued under FDA contracts, specifying requirements for inspections and related support services across different regions. Each task order has a 12-month performance period from September 30, 2025, to September 29, 2026. The contractors will conduct FDA Directed Undercover Buys and Advertising and Labeling inspections with fixed prices for completed inspections and additional billing for program management, travel, and other direct costs (ODCs). Key guidelines include not assigning undercover inspections at a retailer within 365 days of a prior inspection and focusing on areas not previously inspected. The contractor is also responsible for transition-in support, requiring training, onboarding, knowledge transfer, and the availability of key personnel upon task award. The document emphasizes the importance of proper communication and coordination with FDA personnel. Authorization from the Contracting Officer is required for key personnel assignments. The entire structure emphasizes efficiency and compliance with FDA protocols in executing these inspection services across various jurisdictions, including specific requirements for regions such as Puerto Rico and distinct inspection quotas and pricing structures.
    The document serves as a template for detailing the past performance of companies responding to government Requests for Proposals (RFPs) or grants. It outlines the required information about each contract or program, which includes company identifiers (Offeror Name, CAGE Code, UEI Number), contract specifics (contracting agency, contract number, duration, and financial details), and descriptions of the effort's nature (whether as a prime or subcontractor). Key elements include providing contacts for program management and contracting, describing unique technical aspects, evaluating compliance with small business utilization regulations, and detailing any subcontracting plans. The aim is to showcase the offeror's relevant experience and expertise that applies to the current acquisition while ensuring clarity regarding the entity's role and contribution to the proposed effort. This structured presentation is critical for government evaluators to assess the offeror's past successes and strategic alignment with program goals.
    The HHS Contracting Guide for Contract of Government Property outlines policies and procedures for managing government property under HHS contracts. It serves as a comprehensive resource for contractors administering government property, detailing responsibilities regarding both government-furnished property (GFP) and contractor-acquired property (CAP). Key chapters cover contractor responsibilities, contract start-up, administration, and close-out, including requirements for property acquisition, tracking, and disposal procedures. Contractors are held accountable for property management, including maintenance, inventory, and decontamination. The guide emphasizes the importance of accurate official records and adherence to Federal Acquisition Regulation (FAR) standards. Contractors must notify the Contract Property Administrator of any unauthorized property acquisitions and follow defined processes for reporting excess property and initiating disposals. Special considerations regarding sensitive items and vehicles are also outlined. This guide is vital for contractors involved with federal grants and RFPs, as it emphasizes compliance with HHS protocols while ensuring efficient property administration, ultimately enhancing the management of government resources in health services.
    The Department of Health and Human Services (HHS) issued FAR Class Deviation 18-01 to enhance whistleblower protections for contractor employees, effective February 8, 2018. This follows the extension of the pilot program established under 41 U.S.C. 4712, ensuring that protections for whistleblowers remain in place while clarifying the implementation of relevant clauses. The subpart 3.900 outlines the scope of these protections across various statutory whistleblower programs, specifically excluding military-related protections under 10 U.S.C. 2409. The document mandates that contractors inform their employees about their whistleblower rights in a comprehensible manner, reflecting the rights and remedies provided in the current regulations. Additionally, the contractor is required to include these provisions in subcontracts exceeding the simplified acquisition threshold. This approach underscores the commitment to safeguarding employees who disclose misconduct, promoting accountability and transparency within federal contracts and government operations more broadly.
    The document outlines Wage Determination No. 2024-0024 from the U.S. Department of Labor regarding the Service Contract Act (SCA), specifying minimum wage rates and fringe benefits for workers employed on certain federal contracts. It establishes that contracts effective on or after January 30, 2022, must adhere to Executive Order 14026 with a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, with a minimum of $13.30 per hour. The document includes wage rates for Underage Purchaser roles in various states, as well as required fringe benefits, including health and welfare, vacation, and paid sick leave under Executive Order 13706. Furthermore, it details the conformance process necessary for employing unlisted classifications, emphasizing the importance of appropriate wage rates and compliance with federal labor standards. This document serves as a regulatory framework to guarantee fair compensation and benefits for workers on federal contracts, ensuring employers meet established labor standards and protections.
    The document outlines the Request for Proposal (RFP) for the Third Party Tobacco Retail Compliance Check Inspection Program (IDIQ 75F40125R00046) by the FDA. It includes questions posed by potential bidders regarding various aspects of the solicitation, including timelines for responses to vendor inquiries, evaluation criteria for bid advancement, and requirements for contractor systems under the Authority to Operate (ATO). Key inquiries focus on billing for evidence storage, regulatory compliance for certain tobacco products, and the structure of proposal submissions across phases. Notably, concerns are raised about the exclusion of Contractor Directed Undercover Buys from the Sample Task Orders, which historically enabled increased efficiency and cost savings. Vendors seek clarification on whether the current proposal will mandate only FDA Directed purchases or if previous practices can be reinstated for greater operational effectiveness. This document serves as a resource for potential contractors to navigate the bidding process and align their proposals with federal compliance and operational expectations.
    The document addresses inquiries related to a federal solicitation for conducting tobacco retailer inspections, particularly concerning compliance checks involving underage purchasers. Key clarifications include that the page limit for proposals remains unchanged, and the issuance of credit/debit cards for undercover operations is prohibited to ensure data security and anonymity. The effective date of the solicitation and specific language has been updated in previous amendments. The contractor is responsible for scheduling inspections while adhering to the FDA’s guidelines, ensuring inspectors' conflict of interest protections, and obtaining necessary insurance for underage purchasers engaged in inspections. Additionally, the FDA does not provide allowances for initial expenses; payments are contingent upon certified rendered services. Evidence collected from inspections must be securely stored, emphasizing confidentiality protocols. The document outlines the importance of insurance for minors, including automobile liability coverage, highlighting the contractor's obligation to comply with all stated requirements. Overall, the response reinforces adherence to stringent operational standards and regulatory compliance within the tobacco inspection framework.
    The FDA's Request for Proposal (RFP) seeks contractors to conduct compliance inspections of retailers selling tobacco products under the Tobacco Control Act. Contractors are required to conduct two types of inspections: undercover buys to ensure adherence to age verification and labeling checks for compliance with advertising regulations. Task orders will dictate inspection numbers, and contractors can propose additional personnel roles beyond the designated Program Coordinator and Backup Program Coordinator. Compensation for witness testimony is based on inspection rates and time spent testifying. The contractor must secure immunity for using underage purchasers in specified jurisdictions, ensuring all legal requirements are followed. The scope also includes maintaining detailed organizational structure and providing qualifications for key personnel involved in inspections. Funding arrangements, wage determinations for inspectors, submission processes, and evaluation criteria for task orders are specified, emphasizing structured documentation and clarity. Overall, the RFP emphasizes compliance, effective program management, specific roles for personnel, and adherence to federal standards while outlining expectations for contractor capabilities and performance. This document is essential for ensuring that tobacco compliance inspections are conducted thoroughly and legally, ultimately supporting the FDA's regulatory mission.
    The document outlines the amendment for solicitation 75F40125R00046 concerning FDA tobacco retailer inspection services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The main purpose is to secure third-party contractors for compliance check inspections of tobacco retail establishments, mandated by the Tobacco Control Act, to ensure adherence to regulations aimed at protecting public health and preventing youth tobacco use. Key objectives include conducting thorough inspections, documenting compliance, supporting enforcement actions, and responding to FDA inquiries. The contractor is responsible for hiring commissioned inspectors and managing a cohort of underage purchasers for undercover inspections. Payment structures allow for a combination of fixed prices, labor hours, and cost-reimbursement models. The contractor must also maintain rigorous quality control practices, ensuring timely and accurate reporting and compliance with FDA guidelines. Overall, this solicitation reflects the federal government's commitment to reducing tobacco use and ensuring retailers comply with the law while providing systemic oversight to safeguard youth health.
    The document represents an amendment to solicitation number 75F40125R00046, primarily concerning changes in the offer receipt requirements. It specifies that offerors must acknowledge receipt of the amendment through three methods, emphasizing that failure to do so by the specified deadline may lead to offer rejection. The amendment includes a revised Attachment 12 regarding Underage Purchasers, applicable across all solicitation regions, while maintaining all other original terms unchanged. The document highlights the administrative modification of contracts/orders, referencing the authority by which these changes are made. It also stipulates that the contractor may be required to return signed copies of the amendment to the issuing office. This amendment is vital for ensuring clear communication and adherence to updated requirements within the context of federal contracting processes.
    The document details the amendment and solicitation for the FDA’s Tobacco Retailer Inspection Services contract (75F40125R00046). This Indefinite Delivery/Indefinite Quantity (IDIQ) contract mandates third-party compliance inspections of tobacco retailers to ensure adherence to the Tobacco Control Act, particularly regarding youth tobacco access and advertising regulations. The amendment outlines essential proposal submission requirements, deadlines for proposal phases, and specific qualifications for contractors, including the need to hire and train commissioned inspectors. Contractors are tasked with conducting both Undercover Buy (UB) and Advertising & Labeling (A&L) inspections, providing evidence of compliance, and supporting FDA enforcement actions. Regions for inspections include various states, with specified minimum and maximum contract values. Notably, contractors must ensure adequate supervision of underage purchasers involved in the inspections. The amendment also elaborates on program management expectations, training requirements for personnel, and mandates for conflict of interest disclosures. This solicitation emphasizes the FDA’s commitment to protecting public health by regulating tobacco retailer compliance and requires contractors to adhere strictly to federal guidelines and protocols during inspections and evidence handling.
    This government document serves as an amendment for Solicitation No. 75F40125R00046 related to Tobacco Inspection Services. It outlines various administrative changes and clarifications regarding the solicitation process. The solicitation is being reopened to allow all vendors an opportunity to submit proposals according to the correct solicitation number, replacing the previous Solicitation No. 75F40125R00018. The document specifies that proposals must align with the updated instructions outlined, particularly on page 120. Key updates include new submission deadlines: questions must be submitted by April 28, 2025, with Phase 1 proposals due on April 30, 2025, and Phase II proposals by May 7, 2025. Acknowledgment of this amendment is mandatory for offerors to prevent rejection of their submissions. The document emphasizes that all other terms and conditions remain unchanged, maintaining the original contract's integrity. This amendment highlights the federal government's commitment to ensuring a fair and transparent procurement process while adhering to regulatory requirements.
    The document is a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to tobacco retail compliance inspections issued by the FDA. Its primary focus is on hiring contractors to implement a Tobacco Retail Compliance Check Inspection Program to ensure compliance with the Tobacco Control Act, as well as other related regulations. The contract aims to conduct inspections across various regions to assess retailer adherence to laws regarding the sale and distribution of tobacco products, especially targeting youth access. Key objectives include conducting inspections to gather evidence, supporting FDA enforcement actions, and following through on regulatory requirements related to advertising, labeling, age restrictions, and other sales limitations. The contract details operational procedures, responsibilities for contractors, and specifics on required inspections. Additionally, it outlines payment terms, inspection types, contractor qualifications, and management tasks to ensure quality control of the compliance checking process. There are also requirements for training inspectors and underage purchasers, information confidentiality, and provisions for reviewing inspection results and aiding in FDA enforcement actions. The document highlights the significance of protecting public health by minimizing tobacco use among young individuals, emphasizing the importance of thorough inspections in compliance with federal legislation.
    This document outlines the amendment to the solicitation for the FDA Tobacco Retailer Inspection Services Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically addressing compliance with the Tobacco Control Act. The contract aims to facilitate inspections of retailers for compliance with federal regulations regarding the sale and advertising of tobacco products. Key objectives include conducting inspections, documenting evidence, and supporting enforcement actions by the FDA. The document provides an amendment modifying the terms of the solicitation, including project objectives, pricing schedules, contract types, and regional breakdowns for inspection responsibilities. It specifies the qualifications for contractors and inspectors, emphasizing the need for individuals to be commissioned by the FDA to conduct inspections. Inspection tasks involve undercover buys and advertising compliance checks, with a focus on youth access prevention. Contractors are responsible for recruiting and training inspectors and managing underage purchasers in compliance with legal and ethical standards. Key personnel roles include a Program Coordinator to manage operations and ensure compliance across multiple jurisdictions. The contract aims to optimize compliance checks while facilitating effective enforcement actions, ensuring public health measures through rigorous inspections and adherence to regulations protecting youth from tobacco access. The amendment also updates contractual terms, including pricing and reporting requirements, to enhance program management and effectiveness.
    The document outlines the FDA's Solicitation 75F40125R00046 for third-party tobacco retailer inspection services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to facilitate compliance checks of tobacco retailers for adherence to regulations established by the Tobacco Control Act, focusing on reducing youth tobacco use. Key objectives include conducting timely inspections, collecting evidence, and supporting any enforcement actions. The contract spans multiple regions and specifies that each contractor must ensure inspectors are properly commissioned and trained. The agreement stipulates inspection types, including undercover buys and advertising compliance evaluations, with a detailed pricing structure for various services and limits on travel expenses. It also mandates the recruitment of underage purchasers, who must follow strict guidelines concerning their involvement in inspections. To ensure quality and compliance, contractors must implement a Quality Control Plan, monitor inspection outcomes, train personnel, and provide ongoing updates to the FDA. Critical measures also include managing potential conflicts of interest and maintaining communication with FDA representatives throughout the contract duration. Overall, this solicitation represents the government's commitment to public health by actively monitoring and enforcing tobacco sales regulations.
    The document addresses various questions and clarifications related to a government Request for Proposals (RFP) focused on tobacco retailer inspections. Key points include an updated page limit allowing 25 pages for both phases of the technical proposal, a prohibition on issuing credit/debit cards to independent investigators for undercover operations, and confirmation that no initial expenses will be advanced by the FDA. The document outlines requirements for data and evidence security, ensuring the anonymity of participants and confidentiality of collected data. Contractors must ensure underage buyers are insured for potential injuries, and specific insurance requirements for conducting inspections are discussed. Additionally, it specifies that evidence must be stored securely, with access limited to program staff. Overall, these responses clarify the procedural and compliance framework necessary for effectively conducting tobacco inspections while adhering to FDA guidelines. This RFP aims to ensure rigorous standards for contractor accountability and the safety of public health initiatives in tobacco regulation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 FDA Broad Agency Announcement (BAA) for Advanced Research and Development of Regulatory Science
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is soliciting proposals through the FY26 Broad Agency Announcement (BAA) for advanced research and development in regulatory science. This opportunity aims to acquire basic and applied research that supports regulatory science and innovation, focusing on areas such as New Approach Methodologies, Advanced Manufacturing, and Clinical Outcome Assessments, among others. The FDA's initiative is crucial for enhancing scientific knowledge that aids in protecting and promoting public health, particularly for underrepresented populations and in reducing animal testing. Interested parties, including small businesses and academic institutions, are encouraged to submit proposals by February 24, 2026, and can reach out to Ian Weiss at Ian.Weiss@fda.hhs.gov or by phone at 301-796-5728 for further information.
    6505--Nicotine Lozenges MINI (VA-26-00020754)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Nicotine Mini Lozenges, specifically under solicitation number 36E79726R0007. This contract aims to ensure an uninterrupted supply of nicotine lozenges for the VA, Department of Defense (DOD), Bureau of Prisons (BOP), and Indian Health Service (IHS), with a contract duration of one year and four optional one-year extensions. The estimated annual requirements include 166,791 bottles of 2mg lozenges and 138,276 bottles of 4mg lozenges, which will be distributed through the VA and DOD Pharmaceutical Prime Vendor Programs. Interested offerors should note that the solicitation will be electronically issued around December 18, 2025, with a tentative closing date of January 1, 2026, and can direct inquiries to Billy Fong at billy.fong@va.gov or by phone at 708-786-4992.
    FDA Data Dashboard Bridge Order
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is issuing a sole source bridge order to Salient CRGT, Inc. for the FDA Data Dashboard project. This procurement aims to support the FDA’s Division of Enforcement Systems Solutions through a limited source justification in accordance with FAR 8.405-6 requirements, utilizing the GSA MAS Schedule 54151S for Information Technology Professional Services. The services provided are critical for maintaining and enhancing the FDA's data management capabilities, ensuring effective enforcement and regulatory compliance. Interested parties can reach out to Michelle Dacanay at michelle.dacanay@fda.hhs.gov for further details regarding this opportunity.
    Irradiated Rodent Feed
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the procurement of Certified and Irradiated Rodent Diet Feed NIH-07 and NTP-2000, along with Assay Analysis, under the combined synopsis/solicitation 76F40125Q132188. This opportunity is set aside for small businesses and requires adherence to specific technical standards regarding feed irradiation, contaminant analysis, nutritional content, and facility sanitation, as outlined in the solicitation documents. The goods are essential for research purposes at the National Center for Toxicological Research (NCTR) and will be procured through a Single Award Indefinite Delivery, Indefinite Quantity (ID/IQ) contract with a guaranteed minimum of $5,000 and an estimated maximum of $350,000 over a five-year ordering period. Proposals are due by December 22, 2025, at 1:00 PM Central Time, and interested parties can contact Howard Nesmith at howard.nesmith@fda.hhs.gov or by phone at 870-543-7459 for further information.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense (DoD) is issuing a Request for Quotation (RFQ) for pharmaceutical agents to be included in the Uniform Formulary (UF) as part of a Blanket Purchase Agreement (BPA) and Additional Discount Program (ADP) for Military Treatment Facilities (MTFs) and TRICARE pharmacies. This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the clinical and cost-effectiveness of drugs, which will be evaluated by the Pharmacy and Therapeutics (P&T) Committee. Key drugs under consideration include newly approved agents for lung cancer, antihypertensive agents, oncological agents, diuretics, antilipidemics, and targeted immunomodulatory biologics, with quotes due by January 5, 2026, for a committee meeting scheduled for February 4-5, 2026. Interested manufacturers should contact Tracy Banks or Julia Trang via email for further details and ensure compliance with submission requirements outlined in the RFQ document HT9402-26-Q-9103.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    A--Study Coordinating Center for Lung Health Cohort
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking small businesses to participate in a Sources Sought notice for the establishment of a Study Coordinating Center for the Lung Health Cohort. The objective of this procurement is to identify qualified entities that can provide research and development services in the health sector, particularly focusing on lung health. This initiative is crucial for advancing understanding and treatment of lung-related health issues, which have significant implications for public health. Interested parties can reach out to Lynn M. Furtaw at lynn.furtaw@nih.gov or call +1 301 435 0330 for further information regarding this opportunity.
    Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals from small businesses to support the evaluation and conduct of computational and alternative toxicological methods. The objective of this procurement is to assist NIEHS in chemical hazard and risk assessment while minimizing the use of animal testing, focusing on areas such as population variability, developmental neurotoxicity, and carcinogenicity. This contract, which is a Cost-Plus-Fixed-Fee type, has a base period of performance from June 1, 2026, to May 31, 2027, with nine additional one-year options and a potential six-month extension. Proposals are due by December 19, 2025, and must be submitted electronically via the NIH eCPS website; interested parties can contact Jason Williams at jason.williams2@nih.gov or Lisa Schaupp at lisa.schaupp@nih.gov for further information.
    FPPS - Smoked Turkey Ham Products March 2025 and FPPS - Deli Style Turkey Breast March 2025
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking suppliers for Federal Purchase Specification (FPPS) products, including smoked turkey ham and deli-style turkey breast, with a target implementation date of March 2025. The procurement requires fully cooked, frozen turkey products that adhere to stringent USDA and FSIS regulations, including specific processing standards, packaging requirements, and compliance with food safety protocols. These products are essential for federal food programs, ensuring the provision of safe and high-quality meat options to support public health initiatives. Interested vendors should prepare to meet the outlined specifications and ensure compliance with all relevant guidelines as they prepare their proposals.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    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.