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

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 16, 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), through its NAC Pharmaceuticals office, is soliciting proposals for an unrestricted procurement of Fluticasone/Salmeterol Inhaler Powder. This Firm Fixed Price, Indefinite-Delivery Requirements contract will supply three strengths of the inhaler to the VA and DoD Pharmaceutical Prime Vendor Programs nationwide. Proposals are due March 16, 2026, at 2:30 PM CT.

Scope of Work

The contract requires the supply of Fluticasone/Salmeterol inhalers (oral powder, 60 doses, 30-day supply) in three specific 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)

Products must be FDA approved and meet cGMP standards. Key requirements include providing a unique 11-digit National Drug Code (NDC) for each item, ensuring packaging is individually boxed and bar coded, and that bottles are compatible with automated dispensing units (no glass bottles). Compliance with Drug Supply Chain Security Act (DSCSA) is also mandatory.

Contract Details

  • Type: Firm Fixed Price, Indefinite-Delivery Requirements contract.
  • Duration: One base year plus four one-year option periods, not exceeding five years total.
  • Distribution: Through VA's and DoD's respective Pharmaceutical Prime Vendor Programs.
  • Payment: Made via Government Prime Vendors.
  • Set-Aside: Unrestricted.
  • Eligibility: Offerors must possess an FDA approved NDA, ANDA, or BLA. If not the manufacturer, a Letter of Commitment from the manufacturer is required. Other than small businesses must submit an approved subcontracting plan for contracts exceeding $900,000.

Submission & Evaluation

  • Proposals Due: March 16, 2026, 2:30 PM CT.
  • Submission Method: Electronically via email to Youlanda.Duggar@va.gov and Teresa.Hussain@va.gov.
  • Content: Proposals must include pricing for the base year and all four option years for all three line items, including a 0.5% Cost Recovery Fee.
  • Evaluation: Award will be made to the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability criteria include meeting product descriptions, unique NDC, FDA approval, and cGMP compliance.

Additional Notes

Interested offerors should continuously check SAM.gov for any further updates. No paper copies of the solicitation will be available.

People

Points of Contact

Diana MartinezContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 4
Solicitation
Posted: Mar 13, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 6, 2026
Version 2
Solicitation
Posted: Feb 23, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 2, 2026
View