M5-Q50A-03-R8: 65IB Drugs, Pharmaceuticals & Hematology Related Products Solicitation Refreshment
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 Department of Veterans Affairs (VA), National Acquisition Center, is seeking offers for a Worldwide Federal Supply Schedule (FSS) Contract for Drugs, Pharmaceuticals & Hematology Related Products (FSC Group 65, Part I, Section B). This is a standing solicitation for IDIQ Multiple Award Schedule contracts to provide products to the VA and other federal agencies. Offers are accepted on a continuous basis.
Scope of Opportunity
This solicitation covers Drugs and Biologicals (FSC Class 6505) and Medicated Cosmetics and Toiletries (FSC Class 6508). Key technical requirements include adherence to National Drug Codes, Bar Coding (GS1-128 or HIBCC compliant), Therapeutic Equivalence (FDA "A" rating for specific SINs), Recalls, Labeler Codes, and New Drug Applications. The contract incorporates numerous FAR and GSA clauses governing terms, ordering, inspection, payment, and reporting.
Contract Details
- Type: Fixed-price with economic price adjustment, Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule.
- Duration: Typically 5 years, with options to extend up to 10 years.
- Minimum Sales: Vendors are expected to exceed $25,000 in sales within the first two years and annually thereafter.
- Set-Aside: Open to all responsible offerors. Various small business set-aside clauses are incorporated, allowing for orders to be set aside for small, HUBZone, veteran-owned, service-disabled veteran-owned, small disadvantaged, women-owned, and economically disadvantaged women-owned small businesses.
Submission & Evaluation
Offers must be submitted electronically via email to vafssoffers@va.gov. Specific formatting, subject line requirements, and file types (Word/PDF for fill-ins, Excel for price lists) apply. Digital signatures or scanned wet signatures are accepted, but typed names or image signatures are not. The SF1449 signature date must be no earlier than 10 calendar days prior to proposal submission. Awards will be made to responsible offerors providing reasonable pricing and conforming to the solicitation, based on best value. New offerors must complete GSA's "Pathway to Success" seminar.
Key Amendments & Updates
Recent amendments introduce significant changes:
- Amendment 0009 (Latest): Incorporates GSAM Clause 552.238-120 (Sep 2024) for Economic Price Adjustment, updates Responsibility Evaluation (Oct 2025) requirements for new VA FSS offers (including financial information), and revises the Signature Authority form (Aug 2025).
- Amendment 0008: Updates several FAR clauses (e.g., 52.203-17, 52.212-3, 52.212-5) and adds a new Responsibility Evaluation document.
- Amendment 0006: Reduces the grace period for Industrial Funding Fee (IFF) reporting and remittance from 60 to 30 days after the close of the reporting quarter, effective FY24 Q1.
- Amendment 0004: Reinforces electronic submission protocols, including specific email addresses, file formats, and signature requirements.