Q517--36C249-26-AP-0130 - VISN - Annual Wall-to-Wall Pharmacy Inventory
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.
The Department of Veterans Affairs, Network Contracting Office 9, intends to release a solicitation for the provision of Pharmacy Annual Wall-to-Wall Inventory services in support of all VA Medical Centers in VISN 09
Place of Performance:
VISN 09
VA Medical Center Lexington
1101 Veterans Drive
Lexington, KY 40502
VA Medical Center Louisville
800 Zorn Avenue
Louisville, KY 40206-1433
VA Medical Center Memphis
116 North Pauline Street
Memphis, TN 38104-1005
VA Medical Center Mountain Home
Corner of Lamont Street and Veterans Way
Mountain Home, TN 37684
VA Medical Center Murfreesboro
3400 Lebanon Pike
Murfreesboro, TN 37129-1237
VA Medical Center Murfreesboro
1310 24th Avenue South
Nashville, TN 37212-2637
Project Point of Contact:
Mario Russell / mario.russell@va.gov
Anticipated date of Solicitation issue: 12/8/2025.
Anticipated solicitation response due date: 12/15/2025.
Anticipated award date: 12/17/2025.
Background
VISN 09 anticipates a Pharmacy Annual Wall-to-Wall Inventory. The contemplated contract is a Firm-Fixed Price Base Plus Four Option Year Contract.
Description of Services Sought:
The Department of Veterans Affairs requires contractor support to conduct an Annual Wall-to-Wall Complete Inventory of pharmacy drugs across all pharmacy storage areas. The work includes physical counting of all controlled and non-controlled substances, reconciliation with automated systems, and reporting of discrepancies in compliance with VA, DEA, and FDA requirements.
The solicitation package will be issued via email IAW FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.201-1(c)(2).
Evaluation will be IAW FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.203(a), Technical, Past Performance, and Price. Comparative Evaluations will be performed in accordance with RFO 12.203(c)(2) in order to determine Best Value to the Government.