Search Contract Opportunities

Supply - 503B Compounding Products - MPLS

ID: 36C26325Q1051 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE Before responding please carefully read and consider the following: Base + 4 Ordering Periods 503B Compounding Products for the Minneapolis VA Health Care System. This is a Sources Sought Announcement Only and no solicitation is currently available. Responses will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this Sources Sought Notice, a solicitation announcement may be posted. A response to this Sources Sought Notice is not an adequate reply to a potentially forthcoming solicitation. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. Furthermore, the Government reserves the right to cancel this requirement at its discretion. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 325412, Pharmaceutical Preparation Manufacturing, size standard is 1,300 employees. NOTE: Please ensure that the System for Award Management (SAM) indicates this NAICS code if you are interested in the requirement. As this is a service and/or supply acquisition with an estimated total contract cost over the Simplified Acquisition Threshold, the Small Business Administration and the Federal Acquisition Regulation have Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/part-52. This acquisition may also be subject to the Service Contract Labor Standards, see FAR 37.107. Additional information is accessible at SAM.gov | Wage Determinations. This acquisition may also be subject to the Nonmanufacturer Rule, see FAR 52.219-33. Description of Services See attached Statement of Work Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations and nonmanufacturer rule, shall submit capability statements so the Government can determine the firm s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government s review of the industry s ability to perform or provide these requirements. Firms shall include the following information with their responses: Organization name, unique entity identification (UEI) number, address, socioeconomic category of your firm under the NAICS, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number. Capability statement demonstrating the ability to meet the specialized requirements stated in the Statement of Work (see attached) and their expertise in the above-described areas in sufficient detail, including any other specific and relevant information. Copies of any agreements with companies/manufacturer(s) showing authorization to provide required products / services. Small Business respondents indicate the estimate of services/supplies to be subcontracted. What percentage of services/supplies (estimated) would the company perform as the Prime Contractor? __________________% What percentage of services/supplies (estimated) would the company subcontract to other firms? __________________% Identify if your organization is the manufacturer of the requested supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide and their socio-economic category. Fill out the certificate under FAR Provision 52.225-2(b), identifying the item and its country of origin (see attached). If the product is a US domestic end product, write in USA for the item's country of origin. State whether any of the requested services/supplies may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). Provide estimated shipping and delivery information for the requested supplies (e.g. Expected lead time on delivery) Only firms seriously interested and truly capable should send their information described above and any questions by email to traci.johannes@va.gov no later than 5:00PM Central Time, August 15th, 2025.
Background
The Department of Veterans Affairs is seeking to establish a contract for 503B Compounding Products for the Minneapolis VA Health Care System. The goal of this contract is to provide large-batch manufacturing of pre-packaged IV medications and eye injections for use in hospital, anesthesia, and surgery centers. The facilities must comply with regulations from the Minnesota State Board of Pharmacy, FDA, and DEA, ensuring high-quality pharmacy and sterile compounding services.

Work Details
The contract will cover the supply of various 503B compounding products including:

1. Cardioplegic (Induction) Hi K+ - NDC: 71285-101-10 - Bag - Qty: 325
2. Cardioplegic (Maintenance) Low K+ - NDC: 71285-104-10 - Bag - Qty: 175
3. Dexmedetomidine HCL 4mcg/ml 5ml syringe - NDC: 71449-131-11 - Syringe - Qty: 2500
4. Epinephrine 5mg/250ml NS bag - NDC: 69194-977-01 - Bag - Qty: 250
5. Ketamine HCL 10mg/ml Inj. syringe - NDC: 73702-301-15 - Syringe - Qty: 500
6. Lidocaine 2% Inj. 5ml syringe - NDC: 71449-024-11 - Syringe - Qty: 5000
7. Moxifloxacin 0.1% 1mg/mL Eye Inj. - NDC: 71449-096-42 - Vial - Qty: 1500
8. Phenylephrine 100mcg/ml 10ml syringes - NDC: 73702-125-10 - Syringe - Qty: 7500
9. Phenylephrine 20mg/250ml NS bag - NDC: 69194-978-10 - Bag - Qty: 750
10. Rocuronium 10mg/ml 5ml syringe - NDC: 73702-129-15 - Syringe - Qty: 10000
11. Ropivacaine Pain Pump Double Lumen (0.2%) - NDC: 71449-079-59 - Pump - Qty: 175
12. Ropivacaine Pain Pump Single Lumen (0.2%) - NDC: 71449-179-57 - Pump - Qty: 200
13. Ropivacaine (0.2%) NS bag (500ml) – NDC:71449-124-83 – Bag – Qty:100
14. Succinylcholine (20mg/ml) Inj. syringe – NDC:73702-134-15 – Syringe – Qty:1000
15. TPC Eye Inj.(Cyclopentolate/Tropicamide/Phenylephrine) – NDC:69194-608-01 – Bottle – Qty:400.

All products must meet quality control standards and be delivered on an on-demand basis within specified timelines.

Period of Performance
The contract will have a base period of twelve months with options to extend for up to four additional twelve-month periods.

Place of Performance
Deliveries will be made to the Minneapolis VA Health Care System located at One Veterans Drive, Minneapolis, MN, ZIP Code: 55417.

Overview

Response Deadline
Aug. 15, 2025, 5:00 p.m. EDT Due in 0 Days
Posted
Aug. 1, 2025, 3:45 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
28%
On 8/1/25 VISN 23: Midwest Health Care Network issued Sources Sought 36C26325Q1051 for Supply - 503B Compounding Products - MPLS due 8/15/25. The opportunity was issued full & open with NAICS 325412 and PSC 6505.
Primary Contact
Title
Senior Contracting Officer
Name
Traci A Johannes   Profile
Phone
(320) 654-7635

Documents

Posted documents for Sources Sought 36C26325Q1051

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C26325Q1051

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C26325Q1051

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C26325Q1051

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NETWORK CONTRACT OFFICE 23 (36C263)
FPDS Organization Code
3600-00263
Source Organization Code
100183219
Last Updated
Aug. 1, 2025
Last Updated By
Traci.Johannes@va.gov
Archive Date
Aug. 29, 2025