Metformin HCL

SOL #: SPE2D2-21-R-0111Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111, United States

Place of Performance

Place of performance not available

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

Drugs And Biologicals (6505)

Set Aside

No set aside specified

Timeline

1
Posted
Jul 13, 2021
2
Last Updated
Jul 6, 2023

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 is soliciting proposals for a national requirements contract for Metformin HCL ER Tablets. This acquisition aims to establish a reliable supply source for Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. The solicitation, SPE2D2-21-R-0111, is for a firm-fixed-price contract with a one-year base and four option years. Offers are due July 27, 2022, at 3:00 PM EST.

Scope of Work / Key Requirements

This opportunity requires the supply of Metformin HCL ER Tablets in 500MG and 750MG strengths, packaged in various bottle counts (50, 90, 100, 180, 360, 500, and 1000). Key requirements include:

  • Products must be FDA approved with a Therapeutic Equivalence Code (TE Code) of "A", or "B" if all drugs in the family group are "B" rated.
  • Offerors must provide product registration with RXNorm, First Data Bank, and Medi-Span.
  • Packaging must be compatible with automated dispensing units and include child-proof closures.
  • Bar code labeling at the unit-of-use package level, conforming to GS1-128 or HIBC standards.
  • Manufacturing facilities must meet FDA current Good Manufacturing Practices (cGMP).
  • Country of Origin information for end products and Active Pharmaceutical Ingredients (APIs) is required.

Contract & Timeline

  • Type: Firm-Fixed-Price, Requirements Contract (FAR 52.216-21)
  • Duration: One-year base period with four one-year options (maximum five years).
  • Solicitation Number: SPE2D2-21-R-0111
  • Solicitation Issued: June 13, 2022
  • Offer Due: July 27, 2022, 3:00 PM EST (extended by Amendment 0001)
  • Contract Performance: Effective 15 calendar days after contract performance date, which is 45 calendar days after award.

Submission & Evaluation

  • Submission Method: Electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS).
  • Evaluation: Lowest Price Technically Acceptable (LPTA) acquisition. Evaluation will be based on technical acceptability and the lowest evaluated aggregate price.
  • Price Discussions: A reverse auction may be utilized.
  • Cost Recovery: A 0.5% cost recovery fee will be collected from all contract users and must be included in offered prices.

Eligibility / Set-Aside

  • Set-Aside: Unrestricted and fully competitive acquisition.
  • NAICS Code: 325412 (Drugs And Biologicals)
  • Size Standard: 1250 employees

Additional Notes

The solicitation is available on DLA Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil and Sam.gov at https://www.sam.gov. Interested parties should set up automated notifications for updates. For questions, contact Christopher Newman at christopher.newman@dla.mil or 215-737-2905.

People

Points of Contact

Christopher NewmanPRIMARY
Jason WraySECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Pre-Solicitation
Posted: Jul 6, 2023
View
Version 3
Pre-Solicitation
Posted: Jul 7, 2022
View
Version 2
Pre-Solicitation
Posted: Jun 13, 2022
View
Version 1Viewing
Pre-Solicitation
Posted: Jul 13, 2021