Ondansetron Orally Disintegrating Tablets
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 Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Ondansetron Orally Disintegrating Tablets (ODT) to establish a national supply source for the Department of Defense (DoD), Department of Veterans Affairs (VA), Indian Health Service (IHS), and Bureau of Prisons (BoP). This unrestricted solicitation seeks to ensure product availability, consistency, and achieve volume-based pricing through a Firm-Fixed-Price requirements contract. Proposals are due by April 22, 2026, at 3:00 PM EST.
Scope of Work & Requirements
This solicitation covers the procurement of Ondansetron ODT in various strengths and counts: 4 MG (30 count), 8 MG (10 count), and 8 MG (30 count). Key requirements include:
- Product Specifications: Ondansetron ODT with National Drug Code (NDC) to be specified by the bidder.
- Packaging: Unit of use, child-proof closures, bottles of minimum 100cc volume with a cylindrical body and minimum 5.75" circumference. Labels must be 5.25" x 2" with 0.5" additional space for barcode and expiration date. Bidders may offer "Bottles" and/or "Blister Packaging".
- Labeling: Barcode labeling at the unit-of-use package level conforming to GS1-128 or HIBCC standards.
- Registrations: Product information must be registered with RXNorm, First Data Bank, and Medi-Span prior to contract performance.
- Compliance: Offerors must possess FDA approval (NDA, ANDA, or Biologic License) for offered drugs by the closing date, and manufacturing facilities must have acceptable cGMP status with the FDA.
- Estimated Quantities: A "Schedule of Supplies" details estimated quantities for a base year and four option years for each item, serving as a pricing and quantity reference.
Contract Details
- Contract Type: Firm-fixed-price requirements contract.
- Period of Performance: One base year with four option years, for a maximum term of five years.
- Set-Aside: Unrestricted.
- NAICS Code: 325412, with a size standard of 1300 employees.
- Contract Performance Date: 45 calendar days after award.
- Contract Price Effective Date: No more than 60 calendar days after award.
Submission & Evaluation
Offers must be submitted electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS). Evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology, with award made to the responsible offeror whose proposal is technically acceptable and provides the lowest evaluated aggregate price. Proposals must include a Non-Price Proposal (Volume 1) and a Price Proposal (Volume 2). Offerors are required to complete representations and certifications electronically via SAM.gov. A reverse auction may be utilized for price discussions.
Key Dates & Contacts
- Proposal Due Date: April 22, 2026, at 3:00 PM EST.
- Primary Contact: Nancy Fernandez (nancy.fernandez@dla.mil, 445-737-0713).
- Secondary Contact: Jason C. Wray (Jason.Wray@dla.mil, 445-737-6304).