Ondansetron Orally Disintegrating Tablets
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 is soliciting proposals for Ondansetron Orally Disintegrating Tablets (ODT) to establish a national supply source for the Department of Defense (DoD), Department of Veterans Affairs (VA), Indian Health Service (IHS), and Bureau of Prisons (BoP). This procurement aims to ensure product availability, consistency, and obtain volume-based, committed-use pricing through the Pharmaceutical Prime Vendor (PPV) program. Proposals are due April 22, 2026, at 3:00 PM EST.
Scope of Work
The requirement is for Ondansetron ODT in various strengths: 4 MG (30 count bottle/box) and 8 MG (10 count and 30 count bottle/box). Key requirements include:
- Packaging: Unit of use, child-proof closures, minimum 100cc volume cylindrical bottles with a minimum 5.75" circumference, or blister packaging. Labels must be 5.25" x 2" with 0.5" additional space for barcode and expiration date.
- Labeling: Bar code labeling at the unit-of-use package level, conforming to GS1-128 or HIBCC standards.
- Compliance: Offerors must have FDA approval (NDA, ANDA, or Biologic License) by the solicitation closing date, and manufacturing facilities must have acceptable cGMP status with the FDA.
- Registration: Product information must be registered with RXNorm, First Data Bank, and Medi-Span prior to contract performance.
Contract Details
- Type: Firm-fixed-price requirements contract.
- Period of Performance: One base year with four option years, for a maximum term of five years.
- Contract Performance Date: 45 calendar days after award.
- Contract Price Effective Date: No more than 60 calendar days after award.
- Payment Structure: Payments will be received from PPV contractors, not directly from the Government.
Submission & Evaluation
- Submission Method: Offers must be submitted electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS).
- Proposal Due Date: April 22, 2026, 3:00 PM EST.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Award will be made to the responsible offeror whose proposal is technically acceptable and provides the lowest evaluated aggregate price.
- Proposal Components: Proposals must include a Non-Price Proposal (Volume 1) and a Price Proposal (Volume 2). Offerors must complete representations and certifications electronically via SAM.gov.
- Negotiation: A reverse auction may be utilized for price discussions, and offerors must agree to participate if conducted.
Eligibility / Set-Aside
This acquisition is set aside for small business concerns. The NAICS code is 325412 (Drugs And Biologicals), with a size standard of 1300 employees. Offerors must represent their small business status.
Additional Notes
This procurement uses procedures of 41 U.S.C. 1901, as implemented by Class Deviation 2026-O0028 – Revolutionary Federal Acquisition Regulation (FAR) Overhaul Part 12, Defense FAR Supplement (DFARS) Part 212 and Revolutionary FAR Overhaul Part 12.201-1. Offerors are encouraged to approach DLA and VA PPV contractors regarding business-to-business agreements prior to submitting an offer, as the contract awardee must establish these agreements.