6505--Carbidopa Levodopa Immediate Release (IR) Tablets
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), through its National Acquisition Center (NAC) Pharmaceuticals, is soliciting proposals for the supply of Carbidopa Levodopa Immediate Release (IR) Tablets. This is an unrestricted procurement aimed at ensuring a consistent and uninterrupted supply for VA, Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC) facilities. Proposals are due by February 3, 2026, at 2:30 PM Central Time.
Purpose & Scope
This solicitation seeks to establish a reliable source for Carbidopa/Levodopa IR Tablets in various strengths and package sizes (100, 500, 1000 tablets per bottle). The objective is to maintain nationwide availability of these essential medications through the VA and DoD Pharmaceutical Prime Vendor (PPV) Programs.
Key Requirements
- Product Specifications: Supply Carbidopa Levodopa IR Tablets with a unique 11-digit National Drug Code (NDC) specific to the offeror's company.
- Pricing: Submit prices for the base year and all four option years for all line items, not exceeding two decimal places, and including a 0.5% Cost Recovery Fee.
- Manufacturer: Offerors not manufacturing the items must provide a Letter of Commitment from the manufacturer.
- Packaging & Labeling: Packaging must meet specific requirements, including safety caps (for bottles <= 400 tablets), compatibility with automated dispensing units, no glass bottles, and GS1-128 or HIBCC compliant bar code labeling at the unit-of-use package level.
- Compliance: Adherence to Drug Supply Chain Security Act (DSCSA) requirements and current Good Manufacturing Practices (cGMP) status with the FDA.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements contract.
- Period of Performance: One base year plus four one-year option periods.
- Distribution: Products will be distributed through Government Prime Vendor contracts (McKesson, Cencora, Cardinal Health, DMS Pharmaceutical Group).
- Set-Aside: Unrestricted procurement. The NAICS Code is 325412 (Pharmaceutical Preparation Manufacturing) with a size standard of 1300 employees. A Small Business Subcontracting Plan is required for other than small business concerns for contracts over $900,000.
Submission & Evaluation
- Submission Method: Proposals must be submitted via email to Raymond.roldan@va.gov and Nicholas.mcgregor@va.gov as Microsoft Word or PDF files, including a scanned PDF of the signed SF-1449. Faxed proposals are not acceptable.
- Offer Due Date: February 3, 2026, at 2:30 PM Central Time.
- Evaluation: Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability includes meeting product descriptions, NDC requirements, FDA approval, FDA cGMP compliance, and manufacturing facility clearance. Pricing will be evaluated by multiplying estimated quantity by unit price for all years.