6505--Venlafaxine 24HR Sustained Action Capsules
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), through its NAC Pharmaceuticals office, has issued a Solicitation (RFP # 36E79726R0010) for the unrestricted procurement of Venlafaxine HCL 24-Hour Sustained Action (SA) Capsules. This opportunity seeks to establish national contract prices for an uninterrupted supply of these drugs to VA, Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC) facilities. Proposals are due by April 2, 2026, at 2:30 PM CT.
Purpose & Scope
This solicitation aims to secure a reliable source for various strengths and package sizes of Venlafaxine HCL 24HR SA Capsules. The awarded contract will facilitate distribution through the VA and DoD Pharmaceutical Prime Vendor (PPV) Programs, ensuring availability across multiple federal healthcare systems.
Key Requirements
Offerors must supply Venlafaxine HCL capsules in 37.5MG, 75MG, and 150MG strengths, available in both unit-of-use (30, 90 count) and bulk (500, 1000 count) bottles. Specific packaging requirements for unit-of-use bottles include a safety-cap, minimum 120cc volume, cylindrical body, 5.75" circumference, and a 5.25" x 2" label area to accommodate barcodes and expiration dates. Products must possess a unique 11-digit NDC number, be FDA-approved (NDAs/ANDAs/BLAs), and manufactured in facilities with acceptable cGMP status. Compliance with DSCSA requirements, including serialized Transaction Information and Transaction Statements using GS1 EPCIS files, is mandatory. Non-manufacturer offerors must provide a Letter of Commitment from the manufacturer.
Contract Details
This will be a Firm Fixed Price, Indefinite-Delivery Requirements contract. The period of performance includes an implementation period (max 60 days) followed by a one-year ordering period and four pre-priced one-year option periods. Distribution will occur via Government PPV contracts (McKesson, Cencora, Cardinal Health, DMS Pharmaceutical Group), with contractors receiving payments directly from the PPVs.
Submission & Evaluation
Proposals must be submitted via email to Andrew.cazares@va.gov and Nicholas.McGregor@va.gov as Microsoft Word or PDF files, including a scanned SF-1449. Faxed proposals and zip files are not accepted. Offerors must provide prices for all line items for the base year and all option years, incorporating a 0.50% Cost Recovery Fee. Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) offer, based on meeting product descriptions, unique NDC numbers, FDA approval, and FDA cGMP compliance. Offerors must hold prices firm for 120 calendar days.
Eligibility & Notes
This is an unrestricted procurement. Other than small business concerns are required to submit a subcontracting plan for contracts exceeding $900,000. All offerors must maintain current and accurate registration in the System for Award Management (SAM).