SPE2DU26D5223
Indefinite Delivery Contract
Overview
Government Description
Pharmaceutical pv div - fsb. The Defense Logistics Agency (DLA) troop support medical supply chain is establishing prime vendor contracts for the pharmaceutical prime vendor global program generation V (PPV-G GEN V), providing worldwide pharmaceutical (brand, generic, specialty) and pharmaceutical-related products to Defense Health Agency (DHA), Department of Defense (DOD) customers, the United States coast guard, designated providers, other government agencies, and the US naval fleet including hospital ships. The Pharmaceutical Prime Vendor (PPV) supports normal operations, contingency, Prime Vendor Readiness (PVR), and War Readiness Materiel (WRM) for both CONUS and OCONUS locations, furnishing pharmaceutical products in accordance with specified ordering, packaging, shipping, receiving, and unique requirements. This acquisition covers medical pharmaceuticals in the 6505 stock catalog and the current National Drug Code (NDC) database.
Government Project
SPE2DX
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$999,999,999 (0% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Pennsylvania 19428 United States.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Amerisourcebergen Drug was awarded
Indefinite Delivery Contract SPE2DU26D5223 (SPE2DU-26-D-5223)
by
Defense Logistics Agency
in December 2025.
The IDC
has a duration of 11 years and
was awarded
through solicitation Pharmaceutical Prime Vendor Global GEN V Solicitation
full & open
with
NAICS 424210 and
PSC 6505
via direct negotiation acquisition procedures with 1 bid received.
To date, $10,185 has been obligated through this vehicle.
The total ceiling is $999,999,999, of which 0% has been used.
Status
(Open)
Modified 2/2/26
Period of Performance
12/3/25
Start Date
12/31/36
Ordering Period End Date
Task Order Obligations
$10.2K
Total Obligated
$10.2K
Current Award
$10.2K
Potential Award
Federal Award Analysis
Historical federal task order obligations under SPE2DU26D5223
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Opportunity Lifecycle
Procurement history for SPE2DU26D5223
Transaction History
Modifications to SPE2DU26D5223
People
Suggested agency contacts for SPE2DU26D5223
Competition
Number of Bidders
1
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
KABZK8W6PQT3
Awardee CAGE
1XUY5
Agency Detail
Awarding Office
SPE2DU DLA TROOP SUPPORT
Funding Office
SPE2DU DLA TROOP SUPPORT
Created By
ebs.sysadmin.dla.mil
Last Modified By
ebs.sysadmin.dla.mil
Approved By
ebs.sysadmin.dla.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
PA-04
Senators
Robert Casey
John Fetterman
John Fetterman
Representative
Madeleine Dean
Last Modified: 2/2/26