NATIONAL CMOP OPERATIONAL SUPPLIES/MAILING
ID: 36C77025R0004_1Type: 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 an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to supply operational mailing supplies to seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement aims to establish a reliable source of packaging materials, including corrugated boxes, resealable bags, bubble mailers, and various types of sealing tape, essential for the efficient preparation and shipment of prescriptions for veterans. The contract will span five years, with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million, emphasizing the importance of quality and compliance with strict specifications. Interested vendors must submit their proposals by September 22, 2025, and can direct inquiries to Kelly L Mann at kelly.mann@va.gov or Larry M Zaritz at larry.zaritz@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines a sample Small Business Subcontracting Plan, designed to meet federal requirements under the Small Business Act and Federal Acquisition Regulation (FAR) Subpart 19.7. It details three types of plans: Commercial, Individual Contract, and Individual Contract Incorporating Master Plan, each with specific applications and approval processes. The plan emphasizes setting separate dollar and percentage goals for various small business categories (e.g., small, HUBZone, disadvantaged, women-owned, veteran-owned, service-disabled veteran-owned businesses) for both base and option periods of contracts. It requires a description of subcontracted supplies/services, the methodology for developing goals, and methods for identifying potential subcontractors. The document also specifies the role and duties of a Program Administrator responsible for overseeing the subcontracting program, ensuring equitable opportunities for small businesses, and adhering to reporting and record-keeping requirements. It further mandates the inclusion of FAR clauses in subcontracts, timely payments to small business concerns, and a description of good faith efforts to achieve subcontracting goals.
    The document outlines a Small Business Subcontracting Plan template that meets federal requirements as set forth by the Small Business Act and the Federal Acquisition Regulation. It includes sections for identification data and specifies the type of plan, which may be a commercial plan, individual contract plan, or individual contract plan incorporating a master plan. Key elements involve setting goals for subcontracting with various categories of small businesses, including HUBZone, disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned concerns. The plan mandates detailed reporting, including estimated subcontracting dollars and percentage goals. It requires description of methods used to set these goals, identify potential sources for sourcing, and maintain equitable opportunities for small businesses. There are assurances regarding timely payments and compliance, with specified reporting periods and methods. The program administrator's role involves overseeing compliance and promoting equal contracting opportunities for small businesses. In conclusion, this structured approach ensures that federal contracts facilitate the involvement of small businesses, reflecting government commitment to fostering diverse participation in public procurement processes.
    Attachment 6 outlines the Past Performance instructions for a federal government RFP, Solicitation Number 36C77025R0004, for a five-year IDIQ contract to supply Operational (Mailing) Supplies to seven CMOP locations. It details the information required from prime contractors, including company and contact details, and a description of the work. The document then provides instructions for reference contacts to complete a comprehensive performance evaluation. This section, to be filled out by the reference, requests respondent information, contract specifics, and a detailed performance rating based on a scale of 0 (Neutral) to 5 (Exceptional). Key performance areas assessed include quality of product, delivery, communication, and invoicing. The form also asks if the contractor received any cure or show cause notices and if the reference would award another contract to them. An overall performance rating and a remarks section for explanations are included, concluding with a certification of accuracy.
    The document, "Attachment 6 – Past Performance," outlines instructions for prime contractors and their reference contacts to complete a past performance questionnaire for a U.S. Department of Veterans Affairs contract (Solicitation Number 36C77025R0002). This contract is for the supply of coolers and gel packs for temperature-sensitive pharmaceuticals to Consolidated Mail Outpatient Pharmacies (CMOPs). The form requires the prime contractor to provide their information and then send the form to their reference contacts. Reference contacts, in turn, must provide information about their organization, the contract details (e.g., dollar value, period of performance, description of services), and then rate the contractor's performance across various criteria using a scale of 0 (Neutral) to 5 (Exceptional). Performance aspects rated include quality of product, delivery, communication, and invoicing. The form also asks if the contractor received any cure or show cause notices and if the reference would award another contract to them. An overall performance rating and a remarks section for explanations are included. The document emphasizes the importance of providing explanations for ratings and certifying the accuracy of the information.
    This document outlines the procedures for providing past performance references related to a proposal for a contract with the United States Department of Veterans Affairs (VA). The contractor must complete the information section and solicit feedback from previous clients using the provided form. The proposal involves supplying coolers and gel packs for the delivery of temperature-sensitive pharmaceuticals to various Consolidated Mail Outpatient Pharmacies (CMOPs). Reference contacts are tasked with evaluating the contractor’s previous performance based on several criteria, such as product quality, delivery adherence, communication effectiveness, and invoicing practices, rating them on a scale from 0 (Neutral) to 5 (Exceptional). They are also required to report any issues, such as cure or show cause notices, and indicate whether they would award future contracts to the contractor. The document’s purpose is to ensure the contractor's reliability and quality of service through third-party evaluations, a critical requirement in federal RFPs (Requests for Proposals). The information collected will inform the VA's decision-making process regarding awarding contracts. This assessment emphasizes accountability and performance standards in government contracting.
    The Department of Veterans Affairs (VA) is seeking multiple indefinite-delivery, indefinite-quantity (IDIQ) contracts for operational supplies for its Consolidated Mail Outpatient Pharmacy (CMOP) locations. The purpose of this solicitation, 36C77025R0004, is to standardize product purchasing, ensure fair pricing, and maintain high-quality customer service for items used to prepare and ship Veteran prescriptions. Awards will be made to vendors who can provide uninterrupted supply, adhere to strict specifications (including dimensions, box certification, color, and special characteristics), and ensure product quality and safety. Proposals must include samples for evaluation at each of the seven CMOP locations. The contracts will have a guaranteed minimum award of $50,000.00 and a maximum aggregate value of $49 million over a five-year period. Vendors must be registered in the System for Award Management (SAM) and submit invoices electronically. The solicitation outlines detailed terms for ordering, delivery, inspection, payment, and contract modifications, emphasizing compliance with federal acquisition regulations and VA-specific clauses.
    The federal government's Request for Proposal (RFP) 36C77025R0004, titled "NATIONAL CMOP OPERATIONAL SUPPLIES," outlines the need for various operational supplies across multiple Consolidated Mail Outpatient Pharmacies (CMOPs) including Murfreesboro, Dallas, Hines, Tucson, Leavenworth, Chelmsford, and Charleston. The solicitation details specific packaging materials such as resealable bags of various sizes and thicknesses, corrugated boxes with defined burst limits and edge crush tests, durable poly mailers, bubble mailers, bubble wrap, stretch film, shrink wrap, and specialized child-resistant medical pouches (P/N P17736 and P17761). It also includes requirements for box sealing tape, tape dispensers, plastic barcoded zip ties, and styro-peanuts. The RFP specifies a base period from September 1, 2025, to August 31, 2026, with two subsequent ordering periods, each lasting a year. The document emphasizes material specifications, including dimensions, strength, and anti-static properties, and notes that
    The document, Solicitation #36C77025R0004, outlines the requirements for National CMOP Operational Supplies for various CMOP (Consolidated Mail Outpatient Pharmacy) locations, including Murfreesboro, Dallas, Hines, Tucson, Leavenworth, Chelmsford, and Charleston. The Request for Proposal (RFP) details a wide array of packaging and shipping materials needed for a base period (September 1, 2025 - August 31, 2026) and two subsequent ordering periods (September 1, 2026 - August 31, 2027, and September 1, 2027 - August 31, 2028). Key items include various sizes of resealable bags, corrugated boxes, poly mailers (some with bubble or anti-static properties), bubble wrap, stretch film, shrink wrap, tape, tape dispensers, plastic barcoded zip ties, and child-resistant medical pouches. The solicitation emphasizes specific dimensions, material properties (e.g., mil thickness, burst limit, ECT), and sometimes brand-name or equivalent requirements. The purpose is to secure a consistent supply of these operational materials for the efficient functioning of the CMOP facilities.
    The National CMOP Operational Supplies solicitation (36C77025R0004) outlines a federal government request for proposals for various operational supplies across multiple CMOP (Consolidated Mail Outpatient Pharmacy) locations, including Murfreesboro, Dallas, Hines (Great Lakes), Tucson, Leavenworth, Chelmsford, and Charleston. The contract spans a base period from September 1, 2025, to August 31, 2026, with two subsequent ordering periods. The required supplies primarily consist of packaging materials such as resealable bags of various sizes and thicknesses, corrugated boxes with specific burst and edge crush test limits, bubble mailers, poly mailers, bubble wrap, stretch film, shrink wrap, and different types of sealing tape and dispensers. Additionally, the solicitation includes specifications for child-resistant medical pouches (P/N P17736 and P17761) and plastic barcoded zip ties. Some items specify
    The solicitation 36C77025R0004 from the National CMOP outlines the procurement of operational supplies for various locations, focusing on packaging materials essential for healthcare operations. The items listed include resealable poly bags, corrugated boxes, durable mailers, bubble wrap, and sealing tape. Specific requirements for each product, such as size, material thickness, and barcoding, are provided alongside expected packaging quantities. The solicitation is structured to cover multiple ordering periods, beginning from September 1, 2025, and extending through August 31, 2028. Each section specifies distinct item categories for several regional centers, including Murfreesboro, Dallas, Hines, Tucson, Leavenworth, Chelmsford, and Charleston. The emphasis on clear specifications aligns with federal procurement standards, ensuring compliance and quality for essential healthcare supply chains. This request reflects the government's commitment to securing reliable packaging solutions critical for the effective distribution and storage of medical materials across facilities, thereby prioritizing both safety and efficiency in operations.
    The document outlines a Requisition (No. 36C77025R0004) from the Department of Veterans Affairs, detailing the establishment of a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for operational mailing supplies to support seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. The contract is expected to streamline product purchasing while ensuring fair pricing and high-quality service, with multiple single awards possible for bidders. Proposals must include all line items for the specific CMOP location and meet stringent specifications, particularly for shipping to ensure patient safety. The procurement process mandates submission of product samples for evaluation, with clear requirements on packaging and delivery. Invoicing will follow electronic submission protocols, emphasizing the need for contractors to maintain proper registration in the System for Award Management (SAM). Key terms include potential minimum and maximum order volumes and the conditions under which the Government may terminate the contract. The document emphasizes compliance with various regulations and standards, including veteran-owned business considerations. It also highlights the necessity for timely delivery and management of supply fluctuations, ensuring that contractors are prepared to meet dynamic operational demands. Overall, the document serves as a framework for vendors in responding to government needs for CMOP operational supplies.
    The "National Operational Supplies IDIQ" solicitation (36C77025R0004) addresses vendor questions regarding a federal Indefinite Delivery, Indefinite Quantity (IDIQ) contract for operational supplies. Key clarifications include that the solicitation is unrestricted, and bids do not have to cover all CMOPs, but all items within a chosen CMOP must be quoted. Pricing is firm-fixed for a five-year period, with vendors responsible for anticipating price increases as Economic Price Adjustments (EPAs) are not allowed. The document clarifies quantities (each vs. cases), provides a valid delivery address for CMOP Great Lakes, and confirms that Government Purchase Card (GPC) transactions are not used, with orders invoiced through Tungsten. Additionally, it specifies that an Authorized Distributors Letter is required for "Brand Name or equal" items, and successful bidders will be the sole suppliers for awarded CMOP locations.
    This government file, "36C77025R0004 | National Operational Supplies IDIQ Vendor Questions," addresses various vendor inquiries regarding a federal Indefinite Delivery, Indefinite Quantity (IDIQ) contract for national operational supplies. Key points include an extension of the solicitation deadline to September 22, 2025, and clarification that all questions were due by August 22, 2025. The document details responses on item quantities (each vs. case), confirms the solicitation is unrestricted, and differentiates between stretch film and shrink wrap. It also clarifies that while vendors don't have to bid on all CMOPs (Consolidated Mail Outpatient Pharmacies), they must bid on all items for any CMOP they select. Pricing must be firm-fixed for five years, with vendors responsible for anticipating price increases as Economic Price Adjustments are not allowed. Furthermore, GPC transactions are not used; orders are invoiced via Tungsten. The document also provides specific details on sample requirements, addressing concerns about proprietary products and confirming that freight and delivery fees must be included in the bid. It clarifies units of measure for various items and confirms that one case for testing is mandatory for samples.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    6505--Dimethyl Fumarate Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking offers for the procurement of Dimethyl Fumarate Capsules (120MG and 240MG delayed-release) through solicitation 36E79726R0003. This contract aims to establish a reliable supply source for these pharmaceutical products to support VA, Department of Defense (DoD), Indian Health Service (IHS), and Bureau of Prisons (BOP) facilities, with a contract structure that includes a one-year base ordering period and four one-year options. The products are critical for treating specific medical conditions, and offerors must comply with stringent requirements, including FDA regulations, Drug Supply Chain Security Act (DSCSA) compliance, and the provision of unique National Drug Codes (NDCs). The deadline for submitting offers has been extended to December 9, 2025, at 2:30 PM CST, and interested parties can contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov for further information.
    3540--766-26-1-401-0004 -Charleston CMOP Induction Sealer
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Induction Bottle Sealer for the Consolidated Mail Outpatient Pharmacy (CMOP) located in Charleston, South Carolina. The procurement aims to enhance patient safety and ensure the integrity of medication packaging for Veteran patients, requiring an inline bottle induction sealer capable of sealing 120cc or 250cc bottles at a rate of 150 bottles per minute, with features such as remote start/stop, jam detection, and adjustable height. This total small business set-aside contract requires delivery of the unit within 60 days of award, with proposals due by December 12, 2025, at 5 PM CST. Interested vendors should contact Kayla Powers at Kayla.Powers@va.gov or call 913.758.9915 for further details.
    Q517--FY26: VISN 8 Pharmacy Emergent First Fill Prescription Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), is seeking qualified contractors to provide Emergent First Fill Prescription Services for VA beneficiaries within VISN 8, which includes locations in Florida and Puerto Rico. The procurement involves a Firm Fixed Indefinite Delivery Indefinite Quantity contract, covering a base period plus four option years, to deliver 24/7 pharmaceutical benefits management services, including filling new prescriptions and adhering to a specific emergency medication formulary. This service is crucial for ensuring timely access to medications for veterans in emergency situations, with strict requirements for confidentiality and compliance. Quotes are due by December 30, 2025, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Colleen Houser at colleen.houser@va.gov or by phone at 727-201-6880.
    Chelmsford & Tucson CMOP - MED/SURG Supplies One Touch-Test Strips, Tandem Infsuion sets 1001680 & 1001729 and Hollister Cath Set #96144
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide specific medical-surgical supplies, including One Touch Verio test strips, Tandem infusion sets (part numbers 1001680 and 1001729), and Hollister Cath Set 96144, for its Consolidated Mail Outpatient Pharmacy (CMOP) facilities located in Chelmsford and Tucson. The procurement is focused on sourcing brand name products only, with strict adherence to quality standards and delivery requirements, including tracking information and compliance with FDA regulations. These supplies are critical for the effective management of patient care within the VA system. Interested vendors must submit their capability statements and relevant company information to Jennifer Knight at jennifer.knight@va.gov by December 9, 2025, at 2:00 PM CT, as this notice serves solely for market research purposes and does not obligate the VA to issue a solicitation.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    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.
    R602--Courier Service VISN 22 East Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide courier services for its VISN 22 East Sites, which include multiple locations across Arizona. The procurement aims to secure timely and secure transportation of medical supplies, biological specimens, pharmaceuticals, and dental instruments, with services required to be available 24/7/365 for urgent needs. This opportunity is critical for maintaining the operational efficiency of VA medical centers and outpatient clinics, ensuring compliance with health regulations and the safe handling of sensitive materials. Interested parties must submit their responses, including company information and capability statements, by December 10, 2025, at 10:00 a.m. PST, via email to Clift Domen at Clift.Domen@va.gov.