6505--Ustekinumab Pens/Syringes or Biosimilar
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 (NAC) has issued a Solicitation (RFP #36E79726R0006) for Ustekinumab Pens/Syringes or Biosimilar. This unrestricted procurement aims to secure an uninterrupted supply of these drugs for various federal agencies, including VA (CMOPs and SVH), Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC). The contract will be a Firm Fixed Price, Indefinite-Delivery Requirements (IDR) type. Proposals are due by February 2, 2026, at 2:30 PM CST.
Scope of Work
The requirement is for Ustekinumab injectable solutions in specific strengths: 5mg/mL (26mL), 45mg/0.5mL (0.5mL), and 90mg/mL (1mL). Offerors must supply both syringe and vial versions if commercially available for a given strength, at the same price. Key requirements include:
- Products must be FDA-approved, with manufacturing facilities holding acceptable cGMP status.
- Unique 11-digit National Drug Code (NDC) numbers for each product.
- Proposed biosimilars must be FDA licensed under 42 U.S.C § 262 and listed in the FDA Purple Book.
- Bar code labeling (GS1-128 or HIBCC) at the unit-of-use package level.
- Compliance with the Drug Supply Chain Security Act (DSCSA).
Contract Details
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements (IDR).
- Period of Performance: An Implementation Period (max 60 days), a Base Ordering Period (1 year), and four (4) one-year option periods.
- Distribution: Through Government Pharmaceutical Prime Vendor (PPV) contracts for VA and DoD.
- NAICS Code: 325412 (Pharmaceutical Preparation Manufacturing) with a size standard of 1,300 employees.
Submission & Evaluation
- Submission: Proposals must be submitted via email in Microsoft Word or PDF format, including a scanned PDF of the signed SF-1449. Faxed proposals are not accepted.
- Pricing: Offerors must provide prices for the base year and all four option years for all three line items, including a 0.5% Cost Recovery Fee.
- Evaluation: Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability criteria include meeting product descriptions, FDA approval, cGMP compliance, and verifiable FDA clearance for manufacturing facilities.
- Eligibility: Offerors of covered drugs must have a Master Agreement (MA) and Pharmaceutical Pricing Agreement (PPA) with the VA FSS, and proposed products must be on the Offeror's FSS contract with an established Permanent FCP. A subcontracting plan is required for other than small business concerns for contracts over $900,000.
Key Dates
- Offer Due Date: February 2, 2026, at 2:30 PM CST.
Contact Information
- Primary Contact: Christopher Carthron, Contract Specialist, Christopher.Carthron@va.gov.