AMENDMENT #1 Compound Pharmaceuticals for Dept of Pharmacy, Carl R. Darnall Army Medical Center, Fort Hood, Tx.

SOL #: W81K0026QA064Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W40M MRC0 WEST
JBSA FT SAM HOUSTON, TX, 78234-4504, United States

Place of Performance

TX

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

Drugs And Biologicals (6505)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 29, 2026
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Feb 12, 2026, 4:00 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

This is Amendment 0001 to Solicitation W81K0026QA064 for Compound Pharmaceuticals for the Department of Pharmacy at Carl R. Darnall Army Medical Center, Fort Hood, TX. This Total Small Business Set-Aside opportunity seeks offers for specific compounded drugs. Proposals are due February 12, 2026, at 10:00 AM local time.

Purpose & Scope

The Department of the Army is procuring various compound pharmaceuticals, including Succinylcholine Chloride, Oxytocin, L.E.T. (Lidocaine, Epinephrine, Tetracaine), and Phenylephrine HCl. Offerors must be capable of providing the entirety of the requested compound pharmaceuticals; partial offers will be considered ineligible for award.

Key Requirements

Products must be compounded using only FDA-approved drugs, containers, and diluents, complying with the Trade Agreements Act (TAA) for ingredients. Compliance with the Compounding Quality Act Title I of the Drug Quality and Security Act of 2013 and Current Good Manufacturing Practices (cGMP) (section 503b) is mandatory. Other requirements include specific labeling (NPSG.03.04.01), QI/QA certification for every batch, 24/7 customer service, and DEA Licensing for controlled substances. Minimum shelf life and storage conditions are specified.

Contract Details

This is a Firm Fixed Price contract with a period of performance spanning multiple years, generally from October 1st to September 30th of subsequent years, starting in 2026 and extending to 2030. The language "Subject to Availability of Funds" has been removed from CLIN 0001.

Submission & Evaluation

Offers are due by February 12, 2026, at 10:00 AM local time and must be submitted electronically via email to sheryl.j.egans.civ@health.mil. Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Offerors must provide documented proof of certifications (FDA or PCAB), USP Chapter compliance, and a Quality Control system. Crucially, if proposing subcontractors for substantive work, executed Teaming Agreements must be submitted as part of the proposal package; failure to do so may render the proposal non-responsive. The Prime Contractor is the single point of responsibility for all contract performance.

Set-Aside & NAICS

This acquisition is a Total Small Business Set-Aside. The NAICS Code is 325412 (Pharmaceutical Preparation Manufacturing) with a size standard of 1300 employees.

Contact Information

For questions, contact Sheryl Egans at sheryl.j.egans.civ@health.mil or 254-287-8881. The deadline for questions was February 3, 2026, with responses published by February 5, 2026.

People

Points of Contact

Files

Files

Download

Versions

Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 4, 2026
Version 1
Solicitation
Posted: Jan 29, 2026
View