6505--Amiodarone HCL Tablets
SOL #: 36E79726R0014Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
NAC PHARMACEUTICALS (36E797)
HINES, IL, 60141, 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
Original Source
Timeline
1
Posted
Mar 5, 2026
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Mar 31, 2026, 7:30 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.
Quick Summary
The Department of Veterans Affairs (VA), through its NAC PHARMACEUTICALS office, is soliciting proposals for an unrestricted procurement of Amiodarone Hydrochloride (HCL) Tablets. This Firm Fixed-Price, Indefinite-Delivery Requirements contract aims to establish national contract prices for distribution through VA and DoD Pharmaceutical Prime Vendor (PPV) Programs. Proposals are due March 31, 2026, at 2:30 PM ET.
Scope of Work
This solicitation covers the supply of Amiodarone HCL Tablets in various strengths and quantities:
- 100 MG: 30 tablets/bottle (estimated 54,951 bottles annually)
- 200 MG: 60 tablets/bottle (estimated 108,834 bottles annually)
- 200 MG: 500 tablets/bottle (estimated 18,775 bottles annually)
Key requirements include:
- Packaging: Unit of use bottles must have safety caps, a minimum 120cc volume, and specific label dimensions (5.25" x 2"). All tablets/capsules must be compatible with automated dispensing units.
- National Drug Code (NDC): Offerors must provide a unique 11-digit NDC for each product.
- Compliance: Manufacturing facilities must maintain acceptable cGMP status with the FDA. Products require GS1-128 or HIBCC compliant bar code labeling and adherence to Drug Supply Chain Security Act (DSCSA) requirements.
Contract & Timeline
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements contract.
- Period of Performance: A one-year base ordering period with four one-year option periods, totaling a potential five-year duration.
- Distribution: Products will be distributed via Government Prime Vendor contracts (McKesson, Cencora, Cardinal Health, DMS Pharmaceutical Group). Payments will be made by PPV programs, not directly by the Government.
- Set-Aside: This is an unrestricted acquisition.
- Offer Due Date: March 31, 2026, at 2:30 PM ET.
- Published Date: March 17, 2026.
Submission & Evaluation
- Submission: Proposals must be submitted via email in Microsoft Word or PDF format, including a scanned copy of the signed SF-1449. Faxed proposals are not accepted; offerors should confirm receipt.
- Evaluation: Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability includes meeting product descriptions, unique NDC numbers, FDA approval, and FDA cGMP compliance. Past performance will also be evaluated.
- Pricing: Offerors must submit prices for the base year and all four option years for all line items, not exceeding two decimal places, and including a 0.5% Cost Recovery Fee.
Eligibility
- Offerors not manufacturing the items must submit a Letter of Commitment from the manufacturer.
- All other than small business concerns may be required to submit an approved subcontracting plan.
People
Points of Contact
Deborah S FasslContract SpecialistPRIMARY