6505--ACAMPROSATE CA 333MG EC TAB 180CT - 1 LINE ITEM - 765 HINES

SOL #: 36C77026Q0124Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NATIONAL CMOP OFFICE (36C770)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Place of performance not available

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

Drugs And Biologicals (6505)

Set Aside

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

Timeline

1
Posted
Apr 22, 2026
2
Last Updated
Apr 22, 2026
3
Response Deadline
Apr 29, 2026, 8:00 PM

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), Network Contracting Office 15, CMOP Division, intends to procure ACAMPROSATE CA 333MG EC TAB 180CT for delivery to the Hines VA CMOP facility in Hines, IL. This requirement is a Total Small Business Set-Aside. The estimated response due date is April 29, 2026.

Scope of Work

This opportunity is for one line item of ACAMPROSATE CA 333MG EC TAB 180CT (A1222), NDC 68462-0435-18, with a quantity of 1,440 bottles. Delivery is required within 10 days After Receipt of Order (ARO) to the Hines VA CMOP. Key requirements include:

  • Bar Coding: All pharmaceutical products must have GS1-128 or HIBCC compliant bar code labeling at the unit-of-use package level, encoding the NDC, with ANSI/ISO/IEC Grade C or better quality.
  • Therapeutic Equivalence: Only FDA "A" rated therapeutic equivalents will be considered, unless all drugs in the family group are "B" rated.
  • Expiration Dates: Products must have no less than 12 months expiration from the date of delivery.
  • Packaging: Unit of use packages (below 500 count) require a safety/child-proof cap. Minimum bottle size is 100cc with a cylindrical body and minimum 5.75-inch circumference. Substitutions or deviations require Contracting Officer approval.
  • DSCSA Compliance: Offerors must comply with the Drug Supply Chain Security Act (DSCSA), including submission of Transaction History (TH), Transaction Information (TI), and Transaction Statement (TS).

Contract Details

  • RFQ Number: 36C77026Q0124
  • Contract Type: Presolicitation (leading to a purchase order)
  • Set-Aside: Total Small Business Set-Aside
  • NAICS Code: 325412 (Pharmaceutical Preparation Manufacturing) with a size standard of 1300 employees.
  • Product Code: 6505 (Drugs And Biologicals)
  • Place of Performance: Hines, IL

Submission & Evaluation

Offerors must submit a quotation via email to Jennifer.Coleman4@va.gov. Required documents include:

  • Signed SF1449 (Solicitation cover page)
  • Quote - Price Schedule (in Excel format)
  • Valid and unexpired State Wholesale Distributor License (verifying DSCSA compliance)
  • Buy American Act (BAA) Certificate, including Place of Manufacture.

Deadline: Responses are due by April 29, 2026, 3:00 PM Central Time (CT). Evaluation factors include Delivery, Past Performance, Price, and Technical. Offerors are responsible for monitoring SAM.gov for any changes or amendments.

Contact

For inquiries, contact Jennifer Coleman, Contract Specialist, at Jennifer.Coleman4@va.gov or 913-758-9934.

People

Points of Contact

Jennifer ColemanContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Apr 22, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Apr 22, 2026