Narcan (Naloxone Hcl) kits
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 24, 2022 10:01 am EDT
- Original Response Date: Jul 15, 2022 10:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Jul 16, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 325412 - Pharmaceutical Preparation Manufacturing
- Place of Performance: Quantico , MDUSA
Description
The U.S. Department of Justice (DOJ), Drug Enforcement Administration (DEA), has a requirement to establish a five-year Blanket Purchase Agreement contract to provide intranasal use Narcan (Naloxone Hcl) kits, replacement 2mg pre-filled ampules, and 4mg spray applicators for the safety of DEA field personnel to treat possible exposure to fentanyl and other opioids.
This is a Sources Sought Notice, Request for Information (RFI). This is not a Request for Proposal (RFP) or Request for Quote (RFQ). This Notice in no way binds the Government to solicit or award a contract. No solicitation exists at this time and proposals are not being requested or accepted with this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this notice is subject to change and is not binding on the Government.
Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI and all costs associated with responding will be solely at the interested party's expense.
This RFI is being used as a Market Research tool for informational purposes and for preliminary planning purposes to identify potential sources that may possess the expertise, capabilities, and/or experience to perform the anticipated requirements. Small businesses are encouraged to respond. Interested vendors should respond and affirmatively indicate if requirements can be met as specified on an all or none basis, either individually (by vendor) or through teaming with other vendors. Please provide the following information:
1. Company name; mailing address; physical address; point of contact; telephone number; fax number; e-mail address; DUNS number; NAICS code; company business size (if small, indicate type); and if applicable: GSA Federal Supply Schedule, SIN number, and GSA contract number.
2. A tailored capability statement between one and five (5) pages. Contractor shall provide Narcan products as described in paragraph 1 above. Components of the kit would include: one Accessory pouch, two (2) Naloxone 2ml (1mg per ml) needless Luer-Jet Luer -Lock pre-filled syringe (NDC 76329-3369-1), two (2) Mucosal Atomization Device (MAD-300), one CPR micro shield barrier device size large, one nasopharyngeal airway size 28Fr with moveable flange, one surgical lubricant packet, one pair Nitrile gloves size extra-large, and two (2) 4” X 4” sterile gauze
Prior Government contract work is not required for submitting a response under this RFI. Responding to this RFI is not a prerequisite for participation in any possible future competitive procurement for which a business is eligible to participate (if any is issued), but participation will assist the Government as to the extent of companies available for this procurement. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely Offeror.
Respondents are advised that the Government is under no obligation to acknowledge receipt of the information submitted. Respondents will not individually be notified of the results of the Government assessments and should not anticipate feedback with regard to its submission.
No proprietary, classified, confidential or sensitive information should be included in your response to this RFI. Responses will not be returned. All documentation shall become the property of the Government. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.
The Government reserves the right to determine the method of acquisition and issuance of a possible solicitation based on the responses received for this notice. The Government's evaluation of the responses received will factor into the Government's determination whether any forthcoming solicitation will be conducted on an unrestricted or set-aside.
After a review of the responses received, a solicitation will be issued. Responses to this RFI will not be considered adequate responses in any resultant solicitation.
Interested sources shall provide responses via email in softcopy form (electronically) in Microsoft Word compatible format on or before 10:00 AM ET (Eastern Time) July 15, 2022 to Lisa.Taylor2@dea.gov. Fax submissions will not be accepted. Responses received after this date and time may not be considered in the Government's market research.
Attachments/Links
Contact Information
Contracting Office Address
- 8701 MORRISSETTE DRIVE
- SPRINGFIELD , VA 22152
- USA
Primary Point of Contact
- Lisa Taylor
- Lisa.Taylor2@dea.gov
Secondary Point of Contact
History
- Jul 16, 2022 11:55 pm EDTSources Sought (Original)