Skip to main content

An official website of the United States government

You have 2 new alerts

Pharmaceuticals - Brooke Army Medical Center

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jun 18, 2024 03:38 pm CDT
  • Original Response Date: Jun 24, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 09, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    JBSA Ft Sam Houston , TX 78234
    USA

Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY 

This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The Medical Readiness Contracting Office - West (MRCO-W) has an upcoming requirement for Pharmaceuticals (refer below and/or Attachment 1 for list of pharmaceuticals required) to be provided to the Pharmacy Department located in Brooke Army Medical Center (BAMC) located at JBSA Fort Sam Houston, TX. The Government anticipates issuing an IDIQ contract for this Pharmaceutical requirement, which will include a twelve-month base period plus four (4) twelve-month option periods. 

The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price (FFP) IDIQ contract for these pharmaceuticals. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.

Interested sources should submit a Statement of Capability (3 page limit) detailing their capability to provide the pharmaceuticals to Brooke Army Medical Center (JBSA Fort Sam Houston, TX). Please include the following information:

1) Organization's name, CAGE code, address, point of contact, phone number, e-mail address. Please advise if the requirement can be met through a contract vehicle the source already has (i.e GSA schedule number if applicable).

2) Confirm the Offeror’s ability to provide & deliver ALL FOURTEEN (14) pharmaceuticals listed in Attachment 1 on an as-needed basis to Brooke Army Medical Center located at JBSA Fort Sam Houston, TX.

3) Submit a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability. If applicable, provide a copy of the reseller authorization, GSA schedule number, etc. that can meet the requirements. The capability statement shall document the vendor's type of small business and Business Size (HUB Zone, 8(a), Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status.

The offeror must be able to provide the ENTIRETY of the pharmaceuticals listed below:

  1. Omnipaque 300 mgI/mL Injectable Repack 3 ml Single-Use Vial
  2. Rocuronium bromide 10mg/mL, 50mg per 5mL REPACK
  3. Succinylcholine 20mg/ml Inj. (API) 10mL
  4. PHENYLephrine 0.04mg/mL Inj Soln in 10mL Syringe REPACK
  5. Lidocaine HCl 1% 10mg/mL Sol for Inj PF 10mL in 10mL Syringe API
  6. Ketamine 10mg/mL (API) 5mL Fill in 5mL Syringe
  7. Lidocaine, Epinephrine, Tetracaine Gel 3ml Syringe
  8. Fentanyl 10mcg/mL (2,500mcg/250mL) 250mL in 250mL IV Bag
  9. Ketamine HCl 1000mg/100mL (10mg/mL) in 100mL IV Bag
  10. Oxytocin 30U Inj Sol 500ml in 500mL Bag API
  11. AminoProtect - Lysine 2.5%, Arginine 2.5% 1000ml Bag
  12. Phenylephrine HCl 20mg Bag
  13. Norepinephrine 32mg Bag
  14. Thiamine 500mg Bag

NOTE: ITEMS WILL BE ORDERED ON AS NEEDED BASIS BY THE GOVERNMENT ODERING OFFICER

This Sources Sought is only for the purpose of identifying potential sources as part of MRCO-W's market research. No Request for Quote (RFQ) exists at this time. Responses to this Sources Sought Notice are NOT quotes on which MRCO-W can issue any contract. This Sources Sought is issued for information and planning purposes only and does not itself constitute an RFQ. Responders are solely responsible for all expenses associated with responding to this Sources Sought. MRCO-W will not pay for information received in response to this Sources Sought. Do not submit pricing information in response to this Sources Sought.

All information received in response to this Sources Sought marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.

Interested vendors shall respond to this Sources Sought Notice no later than 24 June 2024 at 12:00 P.M. Central Standard Time (CST). All interested parties must be registered in the System for Award Management (SAM) at https://beta.SAM.gov to be eligible for award of Government contracts. Email your response to the Contract Specialist, Jaclyn Evans at jaclyn.v.evans.civ@health.mil. 

Contact Information

Primary Point of Contact

Secondary Point of Contact





History