M5-Q50A-03-R8: 65IB Drugs, Pharmaceuticals & Hematology Related Products Solicitation Refreshment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), National Acquisition Center, is seeking offers for a Worldwide Federal Supply Schedule (FSS) Contract for Drugs, Pharmaceuticals & Hematology Related Products (FSC Group 65, Part I, Section B). This is a standing solicitation (M5-Q50A-03-R8) where offers are accepted on a continuous basis.
Scope of Work
This opportunity covers Drugs and Biologicals (FSC Class 6505) and Medicated Cosmetics and Toiletries (FSC Class 6508). Key technical requirements include National Drug Codes, Bar Coding (GS1-128 or HIBCC compliant), Therapeutic Equivalence (FDA "A" rating for SINs 42-2a and 42-2b), Recalls, Labeler Codes, and New Drug Applications.
Contract Details
This is a Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule contract with economic price adjustment. Contracts are typically for 5 years, with options to extend up to 10 years. Awarded contractors are expected to achieve minimum sales of $25,000 within the first two years and annually thereafter.
Submission Requirements
Offers must be submitted electronically to vafssoffers@va.gov. Hard copies, CDs, thumb drives, and zip files are generally not accepted. Digital signatures or scanned wet signatures are required, with SF1449 signature dates no earlier than 10 calendar days prior to submission. The maximum file size for electronic submissions is 10MB. New offerors must complete GSA's "Pathway to Success" seminar.
Key Amendments & Updates
This solicitation has undergone multiple amendments, with the most recent (Amendment 0010, April 2026) updating clauses related to contract term extensions and the consideration of offers under standing solicitations. Other significant amendments include:
- Amendment 0009 (April 2026): Incorporates GSAM Clause 552.238-120 for Economic Price Adjustment (Sep 2024) and updates the Responsibility Evaluation (Oct 2025) and Signature Authority form (Aug 2025). The Responsibility Evaluation now requires detailed financial information and contractor qualifications for new offers.
- Amendment 0008 (April 2026): Updates several FAR clauses (e.g., 52.203-17, 52.212-3, 52.212-5, 52.226-8) and introduces a new Responsibility Evaluation document.
- Amendment 0006 (April 2026): Reduces the grace period for reporting sales and remitting the Industrial Funding Fee (IFF) from 60 days to 30 days after the close of each reporting quarter.
- Amendment 0004 (April 2026): Revised electronic offer submission procedures and updated various FAR, GSAR, and VAAR clauses.
Eligibility & Evaluation
This opportunity is open to all responsible offerors. While no specific set-aside is designated for the solicitation itself, various small business set-aside clauses are incorporated, meaning orders may be set aside for small, HUBZone, veteran-owned, service-disabled veteran-owned, small disadvantaged, women-owned, and economically disadvantaged women-owned small businesses. Awards will be made based on best value, considering reasonable pricing and conformity to the solicitation.
Contact Information
For inquiries, contact the FSS Help Desk at FSS.help@va.gov or 708-786-7737.