6505--Fluticasone/Salmeterol Inh Powder
SOL #: 36E79726R0009Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
NAC PHARMACEUTICALS (36E797)
HINES, IL, 60141, United States
Place of Performance
Hines, Oregon
NAICS
Pharmaceutical Preparation Manufacturing (325412)
PSC
Drugs And Biologicals (6505)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 2, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 9, 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), specifically the NAC Pharmaceuticals (36E797), has issued a Solicitation (RFP 36E79726R0009) for the unrestricted procurement of Fluticasone/Salmeterol Inhaler Powder. This Firm Fixed Price, Indefinite-Delivery Requirements contract aims to secure an uninterrupted supply for the VA, Department of Defense (DoD), and other federal agencies. Proposals are due March 9, 2026, at 2:30 PM CT.
Scope of Work
This opportunity seeks proposals for Fluticasone/Salmeterol inhalers (oral powder, 60 doses, 30-day supply) in three strengths:
- 100mcg/50mcg (Estimated Annual Usage: 317,019 Canisters)
- 250mcg/50mcg (Estimated Annual Usage: 1,479,360 Canisters)
- 500mcg/50mcg (Estimated Annual Usage: 504,192 Canisters) Key requirements include FDA approval, cGMP standards, unique 11-digit National Drug Code (NDC) for each item, bar-coded packaging, and compliance with the Drug Supply Chain Security Act (DSCSA). Inhaler bottles must be compatible with automated dispensing units; glass bottles are not acceptable.
Contract Details
- Type: Firm Fixed Price, Indefinite-Delivery Requirements contract.
- Duration: One base year plus four one-year option periods, for a total potential duration of five years.
- Set-Aside: Unrestricted.
- Distribution: Products will be distributed through the VA's and DoD's respective Pharmaceutical Prime Vendor Programs. Payments will be made via these Prime Vendors.
- Place of Performance: Nationwide, supporting federal agencies.
Submission & Evaluation
- Proposals Due: March 9, 2026, 2:30 PM CT.
- Submission: Electronically via email to Youlanda.Duggar@va.gov and Teresa.Hussain@va.gov.
- Content: Offers must include pricing for the base year and all four option years for all three line items. Pricing must not exceed two decimal places and must include a 0.5% Cost Recovery Fee.
- Award Basis: Lowest Price Technically Acceptable (LPTA). Technical acceptability will be assessed based on meeting product descriptions, unique NDC, FDA approval, and cGMP compliance.
Eligibility & Notes
- Offerors must possess an FDA approved New Drug Application (NDA), Abbreviated New Drug Application (ANDA), or Biologics License Application (BLA) for the drugs offered.
- If not the manufacturer, a Letter of Commitment from the manufacturer is required.
- Other than small businesses are required to submit an approved subcontracting plan for contracts exceeding $900,000.
- Interested offerors should continuously check SAM.gov for updates. No paper copies of the solicitation will be available.
People
Points of Contact
Nicholas I McGregorContract SpecialistPRIMARY