6505--Montelukast Chewable Tablets
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) National Acquisition Center is soliciting proposals for the supply of Montelukast Sodium (NA) tablets and chewables. This procurement aims to establish National Contract prices for products distributed through the VA and DoD Pharmaceutical Prime Vendor (PPV) Programs, ensuring product availability and consistent supply. This is an unrestricted procurement. Proposals are due by March 3, 2026.
Scope of Work
Offerors are required to supply Montelukast Sodium (NA) tablets and chewables in 4mg and 5mg strengths, packaged in 30, 90, and 1000-count bottles. Key requirements include adherence to specific packaging standards (unit-of-use bottles, safety caps, labeling), GS1-128 or HIBCC compliant barcoding, and Drug Supply Chain Security Act (DSCSA) compliance, including serialized transaction information via GS1 EPCIS files. All offered products must have a unique 11-digit National Drug Code (NDC) and verifiable FDA approval (NDA, ANDA, or BLA). Manufacturing facilities must maintain acceptable FDA current Good Manufacturing Practices (cGMP) status.
Contract Details
The contract will be a Firm Fixed Price, Indefinite-Delivery Requirements (IDR) type, with a base year and four one-year option periods. Products will be distributed through Government PPV contracts (McKesson, Cencora, Cardinal Health, DMS Pharmaceutical Group). Contractors will receive payments directly from the PPVs. A 0.5% Cost Recovery Fee must be incorporated into all offered prices.
Submission & Evaluation
Proposals must be submitted via email in Microsoft Word or PDF format to Matthew.poulin@va.gov and Teresa.hussain@va.gov, and must include a scanned SF-1449. Faxed proposals are not acceptable. Offerors must provide prices for all line items for the base year and all option years, with prices not exceeding two decimal places. Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability will be assessed based on product descriptions, NDC requirements, FDA approval, and cGMP status. Past performance will also be evaluated. Proposals are due by March 3, 2026, 2:30 PM Central Time. Offerors must hold prices firm for 120 calendar days.
Eligibility & Notes
This is an unrestricted procurement. If the offeror is not the manufacturer, a Letter of Commitment from the manufacturer is required. Non-small business concerns must submit an approved subcontracting plan for contracts exceeding $900,000. The NAICS Code is 325412. The primary point of contact is Matthew S Poulin, Contract Specialist, at Matthew.Poulin@va.gov.