6505--Nicotine Lozenges MINI (VA-26-00020754)
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 office, has issued a solicitation for Nicotine Polacrilex Mini Lozenges (2mg and 4mg). This unrestricted procurement aims to establish a reliable supply source for VA, Department of Defense (DoD), Bureau of Prisons (BOP), and Indian Health Service (IHS) via their Pharmaceutical Prime Vendor Programs. The contract will establish VA National Contract prices for these products. Proposals are due by February 23, 2026, at 3:30 PM EST.
Scope of Work & Key Requirements
The solicitation seeks Nicotine Polacrilex 2mg Mini Lozenges and 4mg Mini Lozenges, both in 81-count unit-of-use bottles. Key requirements include:
- Packaging: 81s unit of use, safety caps, specific bottle dimensions (min 120cc volume, 5.75" circumference, fit 5.25" x 2" label). Bottles may be individually boxed, in which case the box must contain the barcode. If not boxed, bottles must meet unit of use requirements.
- Identification: Offerors must provide a unique 11-digit NDC or UPC number for each product.
- Compliance: Manufacturing facilities must have acceptable cGMP status with the FDA. Adherence to Drug Supply Chain Security Act (DSCSA) requirements, including serialized transaction information and transaction statements, is mandatory.
- Cost Recovery: A 0.5% Cost Recovery Fee must be included in all offered prices.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements contract, structured in a commercial item format (FAR Part 12).
- Period of Performance: A base ordering period of one year, with four pre-priced one-year option periods.
- Award: One award will be made in the aggregate for both 2mg and 4mg lozenge line items.
- Set-Aside: This is an unrestricted acquisition. Subcontracting plan requirements apply to other than small businesses with awards over $900,000.
- NAICS Code: 325412, with a size standard of 1300 employees.
Submission & Evaluation
- Submission Method: Proposals must be submitted electronically via email to billy.fong@va.gov and diana.martinez1@va.gov. Submissions should be in Microsoft Word or PDF format and include a scanned PDF of the signed SF-1449. Faxed proposals, zip files, and folders are not accepted.
- Pricing: Offerors must submit prices for the base year and all four option years for both line items, not exceeding two decimal places.
- Eligibility: If the offeror is not the manufacturer, a Letter of Commitment from the manufacturer is required.
- Evaluation Criteria: Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability includes meeting product descriptions, NDC/UPC uniqueness, and FDA cGMP compliance for manufacturing facilities.
Important Dates & Contacts
- Proposal Due Date: February 23, 2026, at 3:30 PM EST.
- Point of Contact: Billy Fong, Contract Specialist, billy.fong@va.gov, 708-786-4992.
Amendments
This solicitation has been amended multiple times. Amendment 0001 extended the response deadline (originally December 30, 2025, then January 16, 2026). Amendment 0002 clarified packaging requirements, stating bottles may be individually boxed (with barcode) or must meet unit of use requirements if unboxed. Offerors must ensure compliance with all updated terms.