6505--Metolazone Tablets (VA-26-00032237)
SOL #: 36E79726R0016Solicitation
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
Original Source
Timeline
1
Posted
Mar 31, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Apr 22, 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 Metolazone Tablets (2.5mg, 5mg, and 10mg) under Solicitation VA-26-00032237. This Firm Fixed Price, Indefinite-Delivery Requirements contract aims to establish national contract prices for distribution through the VA and DoD Pharmaceutical Prime Vendor (PPV) Programs. The procurement is unrestricted. Proposals are due by April 22, 2026, at 2:30 PM Central Time.
Scope of Work & Requirements
This solicitation covers the supply of Metolazone 2.5mg, 5mg, and 10mg Tablets (100/bottle). Key requirements include:
- Packaging: Must meet specific standards, including safety caps, compatibility with automated dispensing units, no glass bottles, and a unique 11-digit National Drug Code (NDC) specific to the offeror.
- Bar Coding: All products require GS1-128 or HIBCC compliant bar code labeling at the unit-of-use level.
- Compliance: Adherence to the Drug Supply Chain Security Act (DSCSA) for serialized transaction information and authorized trading partners, and cGMP status for manufacturing facilities.
- Commitment: A Letter of Commitment is required from manufacturers if the offeror is not the manufacturer.
- Cost Recovery Fee: A 0.5% fee must be included in all offered prices and reported quarterly.
- Covered Drugs: Offers for covered drugs must have an executed Master Agreement (MA) and Pharmaceutical Pricing Agreement (PPA) with the VA FSS.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements.
- Period of Performance: An implementation period (maximum 60 days) followed by a one-year base ordering period and four one-year option periods.
- Authorized Users: VA facilities, DoD PPV Program, IHS facilities, BOP facilities, and the Captain James A. Lovell Federal Health Care Center.
- Payment Structure: Payments will be made by PPV programs; contractors will invoice PPVs, not Government facilities directly.
Submission & Evaluation
- Submission Method: Proposals must be submitted via email in Microsoft Word or PDF format, including a scanned SF-1449. Faxed proposals and zip files are not accepted.
- Evaluation Criteria: Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Offers must meet all technical requirements, including product description, unique NDC, FDA approval, cGMP compliance, and pricing for all line items (1, 2, and 3) for the base year and all four option years. Price evaluation will be aggregate for all line items and option years.
- Eligibility: Non-small businesses are required to submit an approved subcontracting plan for contracts over $900,000.
Important Dates & Contact
- Proposal Due Date: April 22, 2026, at 2:30 PM Central Time (CT).
- Contact: Amber Zavala, Contract Specialist, at amber.zavala@va.gov.
People
Points of Contact
Amber ZavalaContract SpecialistPRIMARY