Atovaquone-Proguanil
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 Defense Logistics Agency (DLA) Troop Support has issued an Award Notice for the Atovaquone-Proguanil National Contract (SPE2D2-24-D-0005). This contract, initially awarded on April 4, 2024, for an estimated $20,495,935.00 over five years, is for the procurement of Atovaquone-Proguanil 250MG-100MG tablets. It was awarded as a Total Small Business Set-Aside. Recent modifications include the exercise of Option Year 1 and Option Year 2, extending performance through April 3, 2027, and updates to contract clauses based on DoD Class Deviations related to merit-based opportunity and sustainability.
Contract Overview
The initial award, resulting from solicitation SPE2D2-23-R-0013, covers the procurement of Atovaquone-Proguanil 250MG-100MG tablets in both 24-count and 100-count bottles. The products are manufactured by Mylan Laboratories, LTD in India and packaged/labeled by Mylan Laboratories and Golden State Medical Supply Inc. The contract includes a Base Year and four Option Years.
Key Modifications
- Modification P00001 (March 19, 2025): Exercised Option Year 1, extending the period of performance from April 4, 2025, through April 3, 2026. It also adjusted the unit price for the 24-count tablets (NDC 51407-0869-24) from $35.00 to $33.27.
- Modification P00002 (March 4, 2026): Implemented changes based on DoD Class Deviations 2025-O0003 and 2025-O0004, concerning "Restoring Merit-Based Opportunity in Federal Contracts" and "Revocation of Executive Order on Sustainability." This involved deleting or revising various FAR/DFARS clauses related to equal opportunity, affirmative action, environmental management systems, waste reduction, and sustainable products/services. Contractors are required to notify the contracting officer if they do not agree or are not compliant.
- Modification P00003 (March 4, 2026): Exercised Option Year 2, extending the period of performance from April 4, 2026, through April 3, 2027.
Contract Details
- Contract Number: SPE2D2-24-D-0005
- Type: Award Notice (initial award was likely a requirements contract)
- Duration: Base Year + 4 Option Years (Option Year 2 now exercised, extending through April 3, 2027)
- Estimated Total Value: $20,495,935.00 (over 5 years)
- Set-Aside: Total Small Business
- NAICS Code: 325412 (Size Standard: 1300 employees)
- Product Service Code: 6505 (Drugs And Biologicals)
- Place of Performance (Manufacturing): Sinnar, India
Points of Contact
- Primary: Kyle Lewicki (kyle.lewicki@dla.mil, 4457370977)
- Secondary: Jason Wray (jason.wray@dla.mil, 4457376304)