6505--Budesonide/Formoterol INH
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) is soliciting proposals for an unrestricted procurement of Budesonide/Formoterol ORAL INHALERS. This Firm Fixed Price, Indefinite-Delivery Requirements (IDR) contract aims to establish a supply source for the VA, Department of Defense (DoD), Bureau of Prisons (BOP), and Indian Health Service (IHS). Award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due May 7, 2026, at 2:30 PM CT.
Scope of Work
This solicitation seeks the supply of two specific formulations:
- Budesonide 160mcg/Formoterol Fumarate 4.5mcg/Spray INHL, ORAL, 10.2GM
- Budesonide 80mcg/Formoterol Fumarate 4.5mcg/Spray INHL, ORAL, 10.2GM
Key requirements include:
- Products must have a unique 11-digit National Drug Code (NDC).
- Packaging must conform to GS1-128 or HIBCC bar code labeling standards.
- Offerors must comply with FDA cGMP standards and DSCSA requirements, and provide necessary drug application certifications (NDA/ANDA/BLA).
- A 0.5% Cost Recovery Fee must be included in all offered prices.
- Distribution will be through VA's and DoD's Pharmaceutical Prime Vendor Programs.
Contract & Timeline
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements (IDR) contract.
- Period of Performance: An Implementation Period (max 60 days), a Base Year Ordering Period, and four one-year option periods.
- Set-Aside: Unrestricted. All responsible sources may submit an offer.
- Proposal Due: May 7, 2026, at 2:30 PM CT.
- Published: April 23, 2026.
Submission & Evaluation
Proposals must be submitted via email in Microsoft Word or PDF format, including a scanned copy of the signed SF-1449. Faxed proposals are not acceptable. Offers will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability requires meeting product descriptions, unique NDC, FDA approval, FDA cGMP compliance, and manufacturing facility clearance. Offerors must submit prices for the base year and all four option years for both line items. One award will be made in the aggregate for both line items.
Additional Notes
- The contract will be administered by the Department of Veterans Affairs, OPAL / National Acquisition Center.
- Non-small business concerns may be required to submit a subcontracting plan if the contract value exceeds $900,000.
- Offerors not manufacturing the items must submit a Letter of Commitment from the manufacturer.
- Offerors must maintain an active registration in the System for Award Management (SAM.gov).
- Point of Contact: Kenneth Lay, Contract Specialist, Kenneth.Lay@va.gov.