Q517--Contingency Hazardous Compounding Services VHA VISN 10 VA Medical Facilities

SOL #: 36C25026Q0196Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

Pharmacy Services (Q517)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 28, 2025
2
Response Deadline
Jan 5, 2026, 6:30 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.

The Network Contracting Office (NCO-10) is seeking to identify vendors to perform the following services, Hazardous Compounding Contingency Pharmacy Services.

This is a Request for Information (RFI) to seek capable sources and request industry feedback ONLY. This notice does not constitute a commitment by the Government. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements.

Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Government may use the responses to this RFI for information and planning purposes.

VHA VISN 10 Pharmacy Operations is seeking a vendor to provide emergency and contingency compounding of hazardous chemotherapy medicine under a requirements type contract. These compounding services are necessary to provide treatment to Veterans diagnosed with specific medical conditions. The compounding must be done at a Food and Drug Administration (FDA) 503A compliant facility and meet all state and federal laws. Compounding, labeling, and beyond use dating/expiration dating will be based on USP 797, USP 800 and Federal Law.

In addition to answering the below questions 1-6, respondents are also requested to provide their capability statement, including company name, address, and point of contact information. Capabilities statement shall provide a detailed overview, experience, and qualifications to perform the requirement.

Question #1:

Response, are you interested in providing a quote for this requirement? Yes / No (choose one)

Question #2:

Can your firm provide expedited compounding services and deliver the requested therapies to VA locations in Ohio, Indiana, and Michigan?

Question #3:

Does your firm have a FDA 503A compliant facility to perform the required compounding orders.

Question #4:

Can your firm comply with VHA Directive 1108.12, Management and Monitoring of Pharmaceutical Compounded Sterile Preparations, dated 11/5/2018?

Question #5:

Response: If your firm is a SVOSB and/or VOSB? If so, please provide a copy of SBA certification.

Please provide current scope of operations and locations of service/capability: Where is your business located and where is your main scope of operations?

Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc.

Question #6:

Response: Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors.

To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)).

The applicable NAICS code for this requirement is NAICS 261999 All Other Miscellaneous Ambulatory Health Care Services, with a Small Business Size Standard of $20.5 Million Dollars. The Product Service Code is Q517 Medical- Pharmacology.

For informational purposes only, Wage Determinations apply to this requirement:

All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Request for Information (RFI) is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Request for Information (RFI) are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this RFI. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Request for Information (RFI).

The VA will not pay for information received in response to this Request for Information.

Do not submit pricing information in response to this Request for Information.

Detailed capabilities statements and answers to questions 1-6 must be submitted by email to Contracting Officer Josh Kovar at Joshua.Kovar@VA.gov, in an electronic format, no later than 1:30 PM EST on January 5, 2026. As part of market research, this Request for Information / Sources Sought is to determine if there exists an adequate number of qualified interested contractors capable of providing services for this requirement.

People

Points of Contact

Josh KovarContracting OfficerPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Dec 28, 2025
Q517--Contingency Hazardous Compounding Services VHA VISN 10 VA Medical Facilities | GovScope