The Department of Veterans Affairs (VA) National Acquisition Center is preparing to issue a Request for Proposal (RFP) for an unrestricted procurement of Ranolazine Sustained Action (SA) Tablets, applicable to various federal entities, including the VA, Department of Defense, and more. The RFP, numbered 36E79725R0036, will be publicly available on approximately April 21, 2025, with proposals due by May 6, 2025. The contract is expected to last one year, with four one-year extension options. Bidders must provide a unique National Drug Code (NDC) and ensure that their labeling adheres to specific packaging requirements, including a safety-cap standard. The estimated demand includes 229,028 bottles of 500 mg SA tablets and 95,925 bottles of 1000 mg SA tablets annually. All updates and amendments to the solicitation will be posted on SAM.gov, and interested parties should monitor this site for ongoing developments. Queries related to the RFP should be directed to Contract Specialist Deb Fassl via email.
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for pharmaceutical products, specifically focusing on Ranolazine Sustained Action Tablets. It requires bidders to propose prices for both a base year and four option years, detailing quantities and compliance expectations. Key requirements include submission of National Drug Code (NDC) numbers, adherence to stringent packaging specifications, and compliance with the Drug Supply Chain Security Act. Contractors must maintain a business agreement with Pharmaceutical Prime Vendors (PPVs) and register products with the FDA within specified timeframes.
Furthermore, the solicitation emphasizes the importance of contract execution by detailing the contract effective dates, implementation periods, and the procedures for addressing backorders. Bid submissions must include commitments from manufacturers or distributors, ensuring that proposed items meet federal standards, including Good Manufacturing Practices (cGMP). This request illustrates the federal commitment to providing consistent pharmaceutical supplies efficiently, reflecting regulatory compliance and fiscal responsibilities, while prioritizing veteran healthcare needs. Overall, it demonstrates the government’s systematic approach in securing necessary medical supplies, ensuring both quality and reliable access to essential medications.
The document is an amendment to solicitation number 36E79725R0036 issued by the Department of Veterans Affairs' OPAL/National Acquisition Center. The primary purpose of the amendment is to extend the deadline for receipt of offers from May 6, 2025, to May 13, 2025, at 2:30 PM CT. It emphasizes that all other terms and conditions of the solicitation remain unchanged. The amendment requires all offerors to acknowledge receipt of the amendment to ensure compliance with the extended deadline. This adjustment is significant as it allows potential bidders additional time to prepare their offers, aligning with the department's objective of encouraging participation in the bidding process while maintaining the integrity of the solicitation’s initial conditions. Overall, this amendment reflects standard procedural practices in government contracting, where adjustments to deadlines are made to enhance competition and ensure adequate preparation by bidders.
This document is an amendment to solicitation 36E79725R0036 issued by the Department of Veterans Affairs, specifically from the OPAL/National Acquisition Center in Hines, Illinois. The primary purpose of this amendment is to extend the deadline for receipt of offers from May 13, 2025, to May 15, 2025, at 2:30 PM Central Daylight Time. The amendment serves to officially communicate this extension to all potential offerors and emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full force. The procedural details specified indicate that offers must acknowledge receipt of this amendment in a specified manner prior to the new deadline to be considered valid. This document reflects standard practices within federal procurement processes, ensuring clarity and adherence to regulations while accommodating potential bidders.