6505--Humatin 250mg Medication IDIQ FY 26

SOL #: 36C25726Q0011Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
257-NETWORK CONTRACT OFFICE 17 (36C257)
San Antonio, TX, 78240, United States

Place of Performance

San Antonio, TX

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

Drugs And Biologicals (6505)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 27, 2025
2
Last Updated
Oct 22, 2025
3
Response Deadline
Sep 4, 2025, 7:00 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.

This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.

The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 325412 1250 Emp. The Department of Veterans Affairs (VA), Network Contracting Office 17 (NCO 17) is seeking to identify any vendor capable of providing the drug Humatin 250mg for the South Texas Health Care System, 7400 Merton Minter, San Antonio, TX 78229. Refer to the Statement of Work (SOW) for the requested requirement description. The standard shall be of quality, meeting or exceeding those outlined in the SOW.

This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.

Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 2:00 PM CST, September 4, 2025. All responses under this Sources Sought Notice must be emailed to Tammy.Wilson5@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 10 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.

SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought.

VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought.

Respondents claiming SDVOSB and VOSB status shall be registered and verified in SBA Veteran Small Business Certification at Veteran Small Business Certification (sba.gov).

***ALL SUBMISSIONS SHALL SHOW PROOF OF THE COUNTRY OF ORIGIN (MANUFACTURE).***

Attachment 1

Sources Sought Worksheet

QUALIFICATION INFORMATION:

Company / Institute Name: _______________________________________________________

Address: ______________________________________________________________________

Phone Number: ________________________________________________________________

Point of Contact: _______________________________________________________________

E-mail Address: ________________________________________________________________

Unique Entity Identifier (UEI) #: ___________________________________________________

CAGE Code: __________________________________________________________________

Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________

_____________________________________________________________________________

**Country of Origin:______________________________________________________________

SOCIO-ECONOMIC STATUS:

SBA/VIP Verified SDVOSB: (Y / N)

SBA/VIP Verified VOSB: (Y / N)

8(a): (Y / N)

HUBZone: (Y / N)

Economically Disadvantaged Women-Owned Small Business: (Y / N)

Women-Owned Small Business: (Y / N)

Small Business: (Y / N)

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and verified in SBA Veteran Small Business Certification at Veteran Small Business Certification (sba.gov)

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.

Attachment 2

IDIQ Humatin (Paromomycin) 250mg Capsules

Statement of Work (SOW)

1. Project Description: IDIQ for Humatin 250mg for treatment.

2. Scope of Work:

a. Humatin will be purchased from the vendor for patient care. Vendor will deliver the medication to Audie Murphy VA medical Center Pharmacy Procurement located at 7400 Merton Minter, San Antonio, TX 78229, at no additional cost to the facility.

b. Vendor will deliver Humatin to Pharmacy Procurement, during normal business hours Monday Friday 0800 to 1500.

3. Information System Officer, Information Protection: The contractor will not have access to VA Desktop computers they will not have access to online resources belonging to the government.

4. Privacy Officer: The Contractor will not have access to protected Patient Health Information (PHI) nor will they have capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage device will remain in VA control and will not be removed from VA custody. All research data available for Contractor analysis is de-identified.

5. Records Manager: There will be federal records created, maintained, used or dispositioned with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.]

People

Points of Contact

Tammy L WilsonContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 4
Sources Sought
Posted: Oct 22, 2025
View
Version 3
Sources Sought
Posted: Oct 22, 2025
View
Version 2
Sources Sought
Posted: Oct 22, 2025
View
Version 1Viewing
Sources Sought
Posted: Aug 27, 2025