6505-- Denosumab Injections

SOL #: 36E79726R0018Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NAC PHARMACEUTICALS (36E797)
HINES, IL, 60141, United States

Place of Performance

Place of performance not available

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

Drugs And Biologicals (6505)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Apr 28, 2026, 7:30 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), National Acquisition Center, is soliciting proposals for a Firm Fixed Price, Indefinite-Delivery Requirements contract for Denosumab Injections (60MG and 120MG). This unrestricted procurement aims to establish a reliable supply source for the VA, DoD, Bureau of Prisons, Indian Health Service, and Federal Health Care Centers. Proposals are due April 28, 2026, at 2:30 PM CDT.

Scope of Work & Key Requirements

This solicitation requires the supply of Denosumab 60MG Injection (estimated annual usage: 22,737 vials/syringes) and Denosumab 120MG Injection (estimated annual usage: 5,472 vials/syringes). Key requirements include:

  • Product Specifications: Offerors must specify the exact drug name and provide a unique 11-digit National Drug Code (NDC) for each supplied drug. If both vial and syringe presentations are marketed for the same strength, both must be offered at the same price.
  • Packaging & Labeling: Packaging must be compatible with automated dispensing units (glass bottles are not acceptable). All pharmaceutical products require bar code labeling at the unit-of-use package level conforming to GS1-128 or HIBCC standards.
  • Compliance: Adherence to Drug Supply Chain Security Act (DSCSA) requirements, including serialized transaction information, is mandatory. Manufacturing facilities must maintain an acceptable FDA cGMP status.
  • Eligibility: For covered drugs, offerors must have an executed Master Agreement (MA) and Pharmaceutical Pricing Agreement (PPA) with the VA National Acquisition Center, FSS, with established Federal Ceiling Prices (FCPs). Proposed biosimilar products must be FDA licensed and listed in the FDA Purple Book. Non-manufacturers must provide a Letter of Commitment.
  • Amendment 0002 Updates: This amendment revised requirements for manufacturing facilities, including FDA cGMP compliance, facility inspections, and reporting of FDA notifications. It also clarified Country of Origin and VA's interpretation of substantial transformation for TAA compliance, requiring specific documentation.

Contract Details

  • Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements contract.
  • Period of Performance: One base year with four pre-priced one-year option periods.
  • Distribution: Products will be distributed through the VA’s and DoD’s respective Pharmaceutical Prime Vendor Programs.
  • Set-Aside: This is an unrestricted procurement. The NAICS Code is 325412 with a size standard of 1,300 employees. A Small Business Subcontracting Plan is required for other than small business concerns if the contract value exceeds $900,000.

Submission & Evaluation

  • Submission Method: Proposals must be submitted via email to Raymond.roldan@va.gov and Nicholas.mcgregor@va.gov. Submissions must include a scanned PDF of the signed SF-1449 (corrected by Amendment 0001). Faxed proposals are not accepted.
  • Pricing: Offerors must submit prices for the base year and all four option years for both line items, ensuring prices do not exceed two decimal places and include a 0.5% Cost Recovery Fee.
  • Evaluation: Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability includes meeting product descriptions, unique NDC, FDA approval, and FDA cGMP compliance.
  • Deadline: The Offer Due Date is April 28, 2026, at 2:30 PM Central Daylight Time (CDT).

Contact Information

For inquiries, contact Ray Roldan, Contract Specialist, at Raymond.Roldan@va.gov.

People

Points of Contact

Ray RoldanContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 22, 2026
Version 3
Solicitation
Posted: Apr 8, 2026
View
Version 2
Solicitation
Posted: Apr 7, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 25, 2026
View