Inactive
Notice ID:36C25226Q0072
THIS REQUEST FOR INFORMATION (RFI) /Â SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE M...
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of Other than Small Businesses and Small Businesses, including VIP-Verified Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) prospective vendors relative to the North American Industry Classification System (NAICS) Code 325412 (Pharmaceutical Preparation Manufacturing) and the SBA size standard is 1,300 employees. PSC Code is 6505- Drugs and Biologicals. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award at: https://sam.gov/content/home. Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. The Department of Veteran Affairs, Oscar G. Johnson VA Medical Center, 325 East H Street, Iron Mountain, MI 49801-4760 has the requirement need for a Lenalidomide, or Revlimid Dose-Brand name only for the Pharmacy Dept. The Government is requesting that Other Than Small Businesses and Small Businesses, including VIP-Verified VOSB or SDVOSB sources respond if it can provide the following products on a Brand Name Only (Lenalidomide, or Revlimid Dose) The Statement of Work for the above is listed below: STATEMENT OF WORK (SOW) Contract Title. Lenalidomide/Revlimid Dose-Brand name only Background and Introduction: The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 12 Oscar G. Johnson VA Medical Center has a procurement need of Lenalidomide/Revlimid Dose-Brand name only. Lenalidomide/Revlimid Dose is an oral immunomodulatory medication that treats several types of blood cancers. Contractor is to provide Lenalidomide and deliver to participating VISN 12 - Oscar G. Johnson VA Medical Center located at 325 East H Street, Pharmacy Dept, Iron Mountain, MI 49801-4760. Participating VAMCs: Oscar G. Johnson VA Medical Center 325 East H Street, Pharmacy Dept Iron Mountain, MI 49801-4760 Scope. This contract would be a one-time purchase/delivery agreement. Period of Performance: 12 months after the contract award Delivery: - The contractor shall be responsible for the delivery of medication to specified location upon ordering in accordance with the requirements outlined. - The medication should be provided in the required quantities and formulation as specified. - The contractor must ensure proper handling, storage, and transportation conditions (temperature control if required) of the medication to maintain its integrity and compliance with all applicable regulations. Payments: Payments shall be made upon delivery and acceptance by individual medical centers. The contractor shall use the purchase order (PO) number when submitting for payment through Tungsten network website https://portal.tungsten-network.com. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses due are to be submitted by e-mail only to: arneil.genus@va.gov. The information requested must be received no later than Monday, November 3, 2025, 3:00 PM CST. Please be advised that All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.