6505--Metolazone Tablets (VA-26-00032237)
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), specifically the NAC PHARMACEUTICALS office, has issued a Solicitation (RFP # 36E79726R0016) for Metolazone Tablets in 2.5mg, 5mg, and 10mg strengths. This unrestricted procurement aims to establish national contract prices for distribution through the VA and DoD Pharmaceutical Prime Vendor (PPV) Programs. Proposals are due April 15, 2026, at 2:30 PM Central Time.
Purpose & Scope
This solicitation seeks to award a Firm Fixed Price, Indefinite-Delivery Requirements (IDR) contract to ensure consistent product availability and national contract pricing for Metolazone tablets. The drugs will be supplied to VA facilities, DoD PPV Program, Indian Health Service (IHS) facilities, Bureau of Prisons (BOP) facilities, and the Captain James A. Lovell Federal Health Care Center.
Key Requirements & Deliverables
Offerors must provide Metolazone tablets in 2.5mg, 5mg, and 10mg dosages, with estimated annual usage provided for each. Specific requirements include:
- Packaging: Must meet safety cap standards, be compatible with automated dispensing units, and no glass bottles. Labels must be unique to the offeror with an 11-digit National Drug Code (NDC).
- Bar Coding: All products require GS1-128 or HIBCC compliant bar code labeling at the unit-of-use level.
- Compliance: Adherence to the Drug Supply Chain Security Act (DSCSA) and cGMP status with the FDA for manufacturing facilities.
- Commitment Letter: Required from manufacturers if the offeror is not the direct manufacturer.
- Cost Recovery Fee: A 0.5% fee must be included in all offered prices and reported quarterly.
- FSS Contract: Offers of covered drugs must have an executed Master Agreement (MA) and Pharmaceutical Pricing Agreement (PPA) with the VA FSS, and products must be on the Offeror's FSS contract or interim agreement.
Contract Details
The contract includes an implementation period (max 60 days), a one-year base ordering period, and four one-year option periods. Payments will be processed through the PPV programs, with contractors invoicing PPVs directly, not government facilities.
Submission & Evaluation
Proposals must be submitted via email in Microsoft Word or PDF format, including a scanned SF-1449. Faxed proposals are not accepted. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. Offers must meet all technical requirements, including product description, unique NDC, FDA approval, cGMP compliance, and provide pricing for all line items across the base year and all four option years. Aggregate pricing will be evaluated.
Eligibility & Set-Aside
This is an unrestricted procurement. Non-small businesses are required to submit an approved subcontracting plan for contracts exceeding $900,000.
Deadlines & Contact
Proposals are due by April 15, 2026, at 2:30 PM Central Time, Chicago, USA. The primary point of contact is Amber Zavala, Contract Specialist, at amber.zavala@va.gov.