Duloxetine HCL DR Capsules
ID: SPE2D2-25-R-0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORTPHILADELPHIA, PA, 19111, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of Duloxetine HCL DR Capsules in various dosages (20MG, 30MG, 40MG, and 60MG) and count sizes (30, 60, 90, and 1000 count bottles) for a base year and four option years. This solicitation aims to meet the pharmaceutical needs of various agencies, including the DoD, VA, IHS, and BOP, emphasizing the importance of proper packaging and shipping compatibility with automated dispensing units. Interested offerors must submit their proposals electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS) by June 4, 2025, at 3:00 PM EST, and should direct inquiries to Christopher Newman or Jason Wray at the provided contact information.

    Files
    Title
    Posted
    The document, Solicitation No. SPE2D2-25-R-0010, is a Request for Proposal (RFP) for the procurement of Duloxetine HCL DR Capsules in various dosages and counts, including 20MG, 30MG, 40MG, and 60MG, with estimated quantities for a base year and four option years. Offers must be submitted electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS) by June 4, 2025, at 3:00 PM EST. Key requirements include the submission of a subcontracting plan for large businesses, adherence to the Contractor Code of Business Ethics, and compliance with numerous FAR and DFARS clauses governing areas such as telecommunications equipment restrictions (Huawei, ZTE, and ByteDance), duty-free entry, trade agreements, and various socio-economic programs. The solicitation also details procedures for performance assessments, reporting, and proper handling of foreign-made components, particularly for defense-related procurements.
    The document is a solicitation for commercial products and services under Solicitation No. SPE2D2-25-R-0010, primarily focused on the procurement of Duloxetine HCL DR capsules in various counts and dosages for federal use. It details the submission instructions for offers through the Defense Logistics Agency Internet Bid Board System (DIBBS), emphasizing electronic submission only. A subcontracting plan is required from large business offerors, along with compliance with numerous federal acquisition regulations (FAR) and defense acquisition regulations (DFARS). The document outlines terms and conditions, contract clauses, and reporting requirements, including contractor performance assessments and codes of ethics. It specifies guidelines for delivery, recall protocols, and cost recovery fees related to the products. The solicitation integrates compliance with federal regulations on trade agreements, telecommunications, and duty-free entry, ensuring that contractors adhere to legal standards and ethical practices while promoting subcontracting opportunities for small businesses. This solicitation serves as a comprehensive framework for procurement, aiming to ensure quality supplies for government health services while maintaining legal and ethical standards.
    This government file, likely an RFP or grant document, outlines the general terms and conditions for submitting offers or proposals. It details specific requirements for document format, including font and page numbering, and specifies the designated receiving office for submissions. The file also includes instructions for offerors regarding modifications, withdrawals, and late submissions, emphasizing adherence to specified deadlines and methods. Key sections address the importance of signing and returning the document, providing contact information for the issuing office, and detailing procedures for addressing inconsistencies or questions. It underscores that all terms and conditions referenced within the document remain in full force. The document provides instructions for completing various forms, including those related to modification types and authority, and includes an acknowledgment of amendments. It highlights the requirement for offerors to sign and return the document and reiterates that all referenced terms and conditions remain in effect. The document also includes information regarding the closing date for proposal receipt and specific instructions for submission.
    This document outlines the general terms and conditions for federal government RFPs, federal grants, and state/local RFPs. It covers various aspects, including offer submission, modifications, and withdrawals. Key details include the requirement for offers to be received by a specified date and time, with provisions for extending this deadline. The document emphasizes adherence to the solicitation's terms and conditions, referencing specific sections for detailed requirements. It also includes instructions for signing and returning the document, along with a statement affirming that all unspecified terms and conditions remain in full force. The document specifies that offers must be submitted to the issuing office, either by mail or in person, and outlines procedures for handling modifications. It also includes an attachment for continuation sheets and details regarding the type and authority of modifications. This comprehensive outline ensures clarity and compliance for all parties involved in the solicitation process.
    This government file, likely an amendment or modification to an existing federal contract or solicitation, outlines changes and clarifications to an official document. It specifies revisions to various sections, including those pertaining to appropriation dates, organizational structures (such as "Organized By N0O" and "Section Readings"), and contact information for the Contracting Officer. The document emphasizes that any changes made herein are binding, and all other terms and conditions of the original document remain in full force and effect. It also includes sections for signatures from both the Contracting Officer and the authorized person, as well as instructions for printing. The file primarily serves to formally update and amend an official government contract or request for proposal, ensuring all parties are aware of the revised terms.
    The document outlines a government solicitation, likely an Invitation for Bids or Request for Proposals, emphasizing the receipt and handling of offers. Key information includes a specified date and hour for opening offers, instructions for submission, and conditions for acceptance. The document also specifies that all terms and conditions referenced remain unchanged and in full force. It details requirements for signing and returning the document, including copies for the issuing office. Additionally, it lists various identification numbers and references, such as solicitation, appropriation, and payment information, to ensure proper tracking and processing. This document serves as a formal framework for submitting bids or proposals in response to a government procurement opportunity.
    This document is an amendment to a solicitation, specifically identified as Amendment/Modification No. 0005 to Solicitation No. SPE2D225R0010, issued by DLA TROOP SUPPORT MEDICAL SUPPLY CHAIN FSGB. The primary purpose of this amendment is to extend the closing date for the receipt of offers. The original closing date of August 15, 2025, at 3:00 PM EST has been extended to August 22, 2025, at 3:00 PM EST. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. Offerors are required to acknowledge receipt of this amendment by one of the specified methods to ensure their offers are considered valid.
    This government solicitation document, likely an amendment or modification, details several updates and clarifications to an existing Request for Proposal (RFP) or similar government contract. Key changes include revised specifications for services, updated trade agreements, and adjustments to pricing proposals, particularly concerning certified cost or pricing data requirements. The document also modifies the charts related to performance and requirements for certified cost/pricing data, impacting pages Q-7 through Q-24. Additionally, Appendix Z on page 200 has been updated. Crucially, the closing date for submissions has been extended from August 1, 2013, to August 8, 2013. All other terms and conditions of the original solicitation remain unchanged. This amendment aims to provide necessary revisions and extend the deadline for offerors.
    This government file outlines a Request for Proposal (RFP) for Duloxetine HCL DR Capsules across various dosages and count sizes (20MG, 30MG, 40MG, 60MG in 30, 60, 90, and 1000 count bottles) for a base year and four option years. The RFP details estimated quantities for each item, with quantities potentially varying based on different agencies' needs (DoD, VA, IHS, BOP). It specifies packaging requirements, emphasizing protection during shipping and compatibility with automated dispensing units. Offerors must provide pricing information, including current and previous commercial list prices, and federal supply schedule and ceiling prices for 2024 and 2025. Additionally, the proposal requires information on the country of origin for the end product and active pharmaceutical ingredient (API), and the complete address and point of contact for facilities involved in compounding, packaging, and packing the medication.
    The document appears to contain corrupted or unreadable data and does not present coherent information regarding government RFPs, federal grants, or state and local RFPs. Due to the corrupted content, there are no clear topics, key ideas, or supporting details available for analysis or summarization. Consequently, it lacks a structured narrative or any indication of purpose related to government funding or contracting processes. Without accessible text, it is impossible to extract meaningful insights, present logical points, or summarize the material accurately. Hence, the document fails to convey essential information pertaining to its intended guidelines for federal or state grants and RFP processes.
    The document appears to be a corrupted file or poorly encoded data possibly related to federal government RFPs (Requests for Proposals), federal grants, and state/local project solicitations. Consequently, its main topic or purpose is difficult to determine. Such documents typically provide guidelines, requirements, and eligibility criteria for organizations seeking funding or contracts from government entities. They may include sections detailing the application process, funding levels, timeline, and evaluation criteria for proposals. Key ideas typically highlighted in RFPs include the scope of work, qualifications needed, deadlines for submission, and conditions for funding. Supporting details often comprise background information on the project, intended outcomes, budget constraints, and requirements for reporting and accountability. However, the unreadable nature of this text hinders a comprehensive understanding of specific content, preventing the extraction of coherent information. The file likely requires further correction or decryption for a meaningful analysis relevant to applicants or stakeholders involved in the government procurement process. Overall, while government RFPs aim to facilitate access to federal grants and ensure transparency and competitiveness, this file does not furnish the necessary details for adequate assessment or response formulation.
    The document outlines various federal and state RFPs (Requests for Proposals) and grants, with a focus on their implications for local governments, agencies, and organizations seeking funding for projects. It emphasizes the importance of aligning proposals with specific federal guidelines, standards, and priorities, which can range from infrastructure improvements to community development initiatives. The file underscores the necessity of thorough documentation and compliance to secure funding successfully. Key points include the evaluation criteria for proposals, which are often based on factors such as feasibility, innovation, and the applicant's ability to meet project objectives. It additionally highlights the competitive nature of these funding opportunities, suggesting that applicants must showcase their capabilities effectively. The importance of collaboration between federal and local entities to achieve shared goals is reiterated, indicating that successful proposals often involve partnerships or community engagement components. Overall, the document serves as a guide for stakeholders navigating the complexities of obtaining government funding through grants and RFPs while stressing adherence to regulatory requirements and the significance of demonstrating community impact.
    The document contains technical data and protocols relevant to federal RFPs (Requests for Proposals) and grants. It appears to focus on the requirements and criteria that potential bidders must meet when applying for government funding and project opportunities at both federal and state levels. Key components include specific guidelines for proposal submissions, eligibility criteria for applicants, evaluation metrics for proposals, and compliance standards necessary for successful funding and grant acquisition. Additionally, it emphasizes the importance of alignment with government objectives, project feasibility assessments, and the need for transparency in financial reporting. This framework ensures that projects funded align with public interests and effectively utilize taxpayer dollars. The overarching purpose of the document is to streamline the proposal process, setting clear expectations for applicants, and facilitating effective government procurement practices in accordance with regulatory requirements. Overall, the content suggests a significant emphasis on compliance, transparency, and strategic alignment with government priorities in federal and state grant programs and RFP processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Trazodone - Solicitation
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting offers for Trazodone HCL tablets in various dosages and bottle counts. This procurement aims to fulfill substantial pharmaceutical supply needs, emphasizing compliance with technical and quality requirements as outlined in the solicitation documents. The solicitation, identified as SPE2D2-26-R-0003, mandates electronic submissions via the Defense Logistics Agency Internet Bid Board System (DIBBS) by December 12, 2025, at 3:00 PM EST, with no alternative submission methods accepted. Interested parties can reach out to Nancy Fernandez at nancy.fernandez@dla.mil or Jason Wray at jason.wray@dla.mil for further inquiries.
    Dimethyl Fumarate DR Presolicitation
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    Metaxalone Tablets
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of Metaxalone 800 MG tablets, available in 100-count and 500-count bottles. This procurement aims to establish a requirements contract with estimated annual quantities for a base year and four option years, emphasizing the need for compliance with various federal acquisition regulations and ethical standards. Metaxalone is a critical medication used for muscle relaxation, making this contract vital for supporting military health services. Interested vendors must submit their proposals electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS) between November 7 and December 7, 2025, by 3:00 PM EST. For further inquiries, contact Jeremy Brown at jeremy.brown@dla.mil or Jason Wray at Jason.wray@dla.mil.
    Ondansetron Orally Disintegrating Tablets
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Ondansetron Orally Disintegrating Tablets (ODT), specifically 4 MG and 8 MG tablets in various count bottles. This procurement aims to establish a national supply source for these pharmaceutical products, which are critical for treating nausea and vomiting in patients, and will be available for purchase by the Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons. The contract will be a firm-fixed price, requirements type contract with a one-year base and four one-year options, and is expected to be solicited in September 2025, although the DLA reserves the right to issue it earlier or later. Interested parties should direct inquiries to Nancy Fernandez at nancy.fernandez@dla.mil or call 445-737-0713, and are encouraged to set up automated notifications for any changes to the solicitation through the DLA Bid Board System and Sam.Gov.
    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.
    Metformin HCL
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is planning to issue a national requirements contract for Metformin HCL ER. The contract will establish a national supply source to provide Metformin HCL ER Tablets in various quantities and bottle sizes. This will be an unrestricted and fully competitive acquisition. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. The items will be purchased by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers through the DLA and VA prime vendor programs. The solicitation will be posted on DLA Bid Board System (DIBBS) and Sam.gov. Interested parties should contact Christopher Newman for any questions/comments. The projected solicitation date is August 2021.
    6505--Zonisamide Capsules
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified suppliers for a Firm Fixed Price, Indefinite-Delivery Requirements contract for Zonisamide Capsules in 25mg, 50mg, and 100mg dosages. Offerors are required to provide pricing for a base year and four option years, submit a 0.5% Cost Recovery Fee, and comply with stringent packaging and barcoding standards, including adherence to the Drug Supply Chain Security Act (DSCSA) and National Drug Code (NDC) requirements. These pharmaceutical products are crucial for the healthcare services provided to veterans and military personnel through the VA and DoD Pharmaceutical Prime Vendor Programs. Interested parties should contact Contract Specialist Christopher Carthron at Christopher.Carthron@va.gov for further details, and ensure they meet all compliance and registration requirements, including current SAM registration.
    Ibuprofen 400MG/600MG/800MG Tablets
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Ibuprofen 400MG/600MG/800MG Tablets. The contract will establish a national supply source to provide the items for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. Interested parties should contact Christopher Newman for any questions/comments. The projected solicitation date is March of 2023.
    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.
    Rabeprazole Sodium Delayed Release Tablets
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Rabeprazole Sodium Delayed Release Tablets. The tablets will be used for medical purposes and will be available in 30, 90, and 500 count bottles. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. The contract aims to establish a national supply source to provide the tablets for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. Interested parties should contact Phyllis Daraio for more information. The projected solicitation date is February 2020.