6505--Fluticasone/Salmeterol Inh Powder
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 NAC Pharmaceuticals (36E797) office, is soliciting proposals for an unrestricted procurement of Fluticasone/Salmeterol Inhaler, Oral Powder. This Firm Fixed Price, Indefinite-Delivery Requirements contract will provide an uninterrupted source of supply for the VA and other federal agencies, including DoD, BOP, IHS, and FHCC. An amendment has corrected annual estimates for Line Item 1 and extended the offer due date. Proposals are now due March 18, 2026, at 2:30 PM Central Time.
Scope of Work
This solicitation seeks proposals for Fluticasone/Salmeterol inhalers (oral powder, 60 doses) in three strengths:
- Line Item 1: 100mcg/50mcg (Estimated Annual Usage: 371,019 Canisters)
- Line Item 2: 250mcg/50mcg (Estimated Annual Usage: 1,479,360 Canisters)
- Line Item 3: 500mcg/50mcg (Estimated Annual Usage: 504,192 Canisters)
Key requirements include:
- Products must be FDA approved and meet cGMP standards.
- Offerors must provide a unique 11-digit NDC for each item.
- Packaging must comply with specific requirements, including bar coding and compatibility with automated dispensing units (glass bottles not acceptable).
- Compliance with Drug Supply Chain Security Act (DSCSA) requirements.
- Offerors must certify stability testing for all proposed package sizes.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements contract.
- Duration: One base year plus four pre-priced one-year option periods (totaling up to five years).
- Distribution: Through VA's and DoD's Pharmaceutical Prime Vendor Programs. Payments will be made via Government Prime Vendors.
- Set-Aside: Unrestricted procurement.
- Place of Performance: Nationwide distribution to VA and other federal agencies.
Submission & Evaluation
- Solicitation Number: 36E79726R0009.
- Offer Due Date: March 18, 2026, at 2:30 PM Central Time.
- Submission: Proposals must be submitted electronically via email to Youlanda.Duggar@va.gov and Teresa.Hussain@va.gov.
- Format: Electronically issued in commercial item format in accordance with FAR Part 12.
- Required Documents: Offers must include pricing for the base year and all four option years for all three line items. Offerors must use the corrected pricing pages (Pages 2-3 of Amendment 0002) and sign Block 15 of Amendment 0002.
- Evaluation: Award will be made to the lowest price technically acceptable (LPTA) offer. Technical acceptability includes meeting product descriptions, unique NDC, FDA approval, and cGMP compliance.
- Eligibility: Offerors must have an FDA approved NDA, ANDA, or BLA. Non-manufacturers require a Letter of Commitment. Other than small businesses must submit an approved subcontracting plan for contracts over $900,000.
Additional Notes
Interested offerors should continuously check SAM.gov for updates. No paper copies of the solicitation will be available. Primary Contact: Nicholas I McGregor, Contract Specialist, Nicholas.McGregor@va.gov.