Opportunity
SAM #36C25926Q0361
Pharmacy Repackaging and Dispensing Services for VA Salt Lake City Health Care System and Utah Veterans Homes
Buyer
VHA Network Contracting Office 19
Posted
March 25, 2026
Respond By
March 31, 2026
Identifier
36C25926Q0361
NAICS
561910, 446110
This opportunity seeks pharmacy repackaging and dispensing services for the VA Salt Lake City Health Care System and Utah State Veterans Homes. - Government Buyer: - Department of Veterans Affairs, Network Contract Office 19 - Salt Lake City Health Care System (SLCHCS) Pharmacy - Services Requested: - Pharmacy repackaging and dispensing services for VA-supplied medications - Estimated 7,000 dispensing fee scripts annually - 2,000 to 3,000 emergency fill prescriptions annually - Bulk medication repackaging and emergency dispensing for eligible Veterans - Emergency medications must be delivered within 4 hours (5-day supply; 7-day for Southern Utah Veterans Home) - Repackaged 30-day supplies must be delivered within 24 hours - Strict chain-of-custody, record-keeping, and compliance requirements - Technical documentation on medication transportation, handling, and chain of custody required - Unique Requirements: - Offerors must be licensed by the Utah State Division of Professional Licensing for Pharmacy and Controlled Substance Pharmacy - Must have a designated Pharmacist’s License from the Utah State Department of Occupational Licensing - Compliance with all state and federal regulations for pharmacy services - Delivery Locations: - VA Salt Lake City Health Care System (George E. Wahlen Medical Center) - George E. Wahlen Veterans Home (Ogden, UT) - Central Utah Veterans Home (Payson, UT) - William E. Christofferson Salt Lake Veterans Home (Salt Lake City, UT) - Southern Utah Veterans Home (Ivins, UT) - No specific OEMs or vendors are named in the solicitation - NAICS code: 561910 (Packaging and Labeling Services) - Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base year and four option years
Description
Request for Quote (RFQ) #: 36C25926Q0361 Pharmacy Repackaging and Dispensing Services for The Department of Veterans Affairs (VA) Salt Lake City Health Care System (SLCHCS) to support the state of Utah Veteran homes, for an Indefinite Delivery Indefinite Quantity (IDIQ) base year plus 4 additional option years. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Deadline for all questions: 12:00pm CST on March 27, 2026. Questions must be received by John.Cheng2@va.gov and thomas.parsons2@va.gov. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Quotes submission: Quotes are to be provided to John.Cheng2@va.gov and thomas.parsons2@va.gov no later than 12:00pm CST on March 31, 2026. Quotes shall not be hand carried or faxed. Emailed quotes are the only method of submission (4MB email limit). The Government reserves the right to make the award solely on initial quotes received. Offerors bear the burden of ensuring all portions of the offer (and any authorized amendments) reach the designated office before the deadline. This RFQ must be completed in its entirety, signed, and dated; failure to do so shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0361. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective October 01, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 561910 Packaging and Labeling Services with a business size standard of 1,300 Employees. This solicitation is open market unrestricted. Price/Cost Schedule - List of Line Items Base Year Period: 04/02/2026 - 04/01/2027 Line Item Description Estimate Quantity Unit Unit Price ($) Extended Amount ($) 0001 Dispensing fee per script for repackaging VA pharmacy supplied medications in accordance with the Statement of Work. 7,000 EA Line Item Description Estimate Quantity Unit Average Wholesale Price (AWP) % for Generic Medications(Enter +% above or -% below) Wholesale Average Cost (WAC) % for Brand Name Medications(Enter +% above or -% below) 0002 Emergency fill prescription medication orders supplied by the contractor in accordance with the Statement of Work.(Estimated at 2,000 to 3,000 prescriptions Annually) 1 LT Option Year 1 period: 04/02/2027 - 04/01/2028 <!-- Similar tables for Option Year 1 --> Line Item Description Estimate Quantity Unit Unit Price ($) Extended Amount ($) 1001 Dispensing fee per script for repackaging VA pharmacy supplied medications in accordance with the Statement of Work. 7,000 EA Line Item Description Estimate Quantity Unit Average Wholesale Price (AWP) % for Generic Medications(Enter +% above or -% below) Wholesale Average Cost (WAC) % for Brand Name Medications(Enter +% above or -% below) 1002 Emergency fill prescription medication orders supplied by the contractor in accordance with the Statement of Work.(Estimated at 2,000 to 3,000 prescriptions Annually) 1 LT <!-- Repeat similar tables for Option Years 2, 3, and 4 with respective line items 2001/2002, 3001/3002, 4001/4002 --> Grand Total ($) (To be calculated based on above line items) Description of Requirements The requirement is for Pharmacy Repackaging Services. Please reference attached Statement of Work (SOW). Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at the VA SLCHCS. Multiple locations require services; see section 9.0 (Place of Performance) of the SOW. 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and is found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Submission of quote shall include the following volumes: Technical capability or quality offered to meet the Government requirement; Price; Past Performance; Completion of VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. Volume I - Technical capability or quality The offeror shall submit its quote demonstrating how it meets the requirements of the Statement of Work (SOW) and solicitation, including Other Pertinent Information or Special Considerations (see SOW Sections 7 and 8). Offeror must submit proof of their Utah State Division of Professional Licensing for Pharmacy and Controlled Substance Pharmacy. Offeror must submit proof of their designated Pharmacist’s License from the Utah State Department of Occupational Licensing (DOPL). (Note: The copy can redact the Pharmacist’s License #) Offeror must provide technical documentation explaining their operational procedures for medication transportation, handling, and chain of custody to protect patient information from unauthorized parties. Volume II - Price The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. The offeror shall price the base and all option year line items. Volume III - Past Performance Offerors shall provide a maximum of three (3) recent and relevant past efforts to demonstrate their ability to perform the proposed work. If a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it shall be submitted. If not, past performance references must include contract numbers, amount of contract award, point of contact with email address, telephone numbers, and other relevant information, and a description of product/work performed under the contract. To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. To be recent, past performance is defined as not more than five (5) years from the RFQ release date of this solicitation. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items Applies to this acquisition. ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Technical capability or quality offered to meet the Government requirement Price Past Performance Evaluation Approach The Government will award a contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. Factor I: Technical capability or quality - The quotation will be evaluated to the extent it meets or exceeds the Government's requirements as outlined in the solicitation and based on the information requested in the instructions to offerors. Factor II: Price - The Government will evaluate the price by adding the total of all line-item prices, including all options. Various price analysis techniques may be used to determine price reasonableness. Offers that do not meet or exceed the technical capability or quality of the service offered shall not be selected regardless of price. Factor III: Past Performance - The Government will evaluate how well the offeror's identified performance relates to the requirement procured under the SOW to determine relevancy and assess performance confidence. If the offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered non-responsive. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items Applies to this acquisition. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State, and local laws, executive orders, rules, and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. Incorporated RFO Clauses by Reference Applicable Number Title Source X52.203-6 with Alt IRestrictions on Subcontractor Sales to the GovernmentStatute X52.203-13Contractor Code of Business Ethics and ConductStatute X52.203-17Contractor Employee Whistleblower RightsStatute X52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsStatute X52.204-9Personal Identity Verification of Contractor PersonnelOther X52.204-13System for Award Management MaintenanceStatute 52.204-91Contractor identificationOther X52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentStatute X52.209-9Updates of Publicly Available Information Regarding Responsibility MattersStatute X52.209-10Prohibition on Contracting with Inverted Domestic CorporationsStatute 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business ConcernsStatute X52.219-6Notice of Total Small Business Set-AsideStatute X52.219-6 with Alt INotice of Total Small Business Set-Aside, with Alternate IStatute X52.219-8Utilization of Small Business ConcernsStatute 52.219-9Small Business Subcontracting PlanStatute 52.219-9 with Alt ISmall Business Subcontracting Plan, with Alternate IStatute 52.219-9 with Alt IISmall Business Subcontracting Plan, with Alternate IIStatute 52.219-9 with Alt IIISmall Business Subcontracting Plan, with Alternate IIIStatute 52.219-9 with Alt IVSmall Business Subcontracting Plan, with Alternate IVStatute 52.219-14Limitations on SubcontractingStatute 52.219-16Liquidated Damages Subcontracting PlanStatute 52.219-33Nonmanufacturer RuleStatute X52.222-3Convict LaborEO X52.222-19Child Labor Cooperation with Authorities and RemediesEO X52.222-35Equal Opportunity for VeteransStatute 52.222-35 with Alt IEqual Opportunity for Veterans, with Alternate IStatute X52.222-36Equal Opportunity for Workers with DisabilitiesStatute 52.222-36 with Alt IEqual Opportunity for Workers with Disabilities, with Alternate IStatute X52.222-37Employment Reports on VeteransStatute X52.222-40Notification of Employee Rights Under the National Labor Relations ActEO X52.222-41Service Contract Labor StandardsStatute 52.222-42Statement of Equivalent Rates for Federal HiresStatute X52.222-43Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)Statute X52.222-44Fair Labor Standards Act and Service Contract Labor Standards-Price AdjustmentStatute X52.222-50Combating Trafficking in PersonsStatute 52.222-50 with Alt ICombating Trafficking in Persons, with its Alternate IStatute 52.222-51Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment RequirementsOther 52.222-53Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services RequirementsOther X52.222-54Employment Eligibility VerificationEO X52.222-62Paid Sick Leave Under Executive Order 13706EO 52.223-9Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsStatute 52.223-9 with Alt IEstimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate IStatute 52.223-11Ozone-Depleting Substances and High Global Warming Potential HydrofluorocarbonsStatute 52.223-12MaintenanceStatute 52.223-20AerosolsStatute 52.223-21FoamsStatute X52.223-23Sustainable Products and ServicesStatute 52.224-3Privacy TrainingStatute 52.224-3 with Alt IPrivacy Training, with Alternate IStatute 52.225-1Buy American-SuppliesStatute 52.225-1 with Alt IBuy American-Supplies, with Alternate IStatute 52.225-3Buy American-Free Trade Agreements-Israeli Trade ActStatute 52.225-3 with Alt IIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIStatute 52.225-3 with Alt IIIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIIStatute 52.225-3 with Alt IVBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IVStatute 52.225-5Trade AgreementsStatute 52.225-19Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United StatesOther 52.225-26Contractors Performing Private Security Functions Outside the United StatesStatute 52.226-4Notice of Disaster or Emergency Area Set-AsideStatute 52.226-5Restrictions on Subcontracting Outside Disaster or Emergency AreaStatute X52.226-8Encouraging Contractor Policies to Ban Text Messaging While DrivingEO 52.229-12Tax on Certain Foreign ProcurementsStatute 52.232-29Terms for Financing of Commercial Products and Commercial ServicesStatute 52.232-30Installment Payments of Commercial Products and Commercial ServicesStatute X52.232-33Payment by Electronic Funds Transfer System for Award ManagementStatute 52.232-34Payment by Electronic Funds Transfer Other than System for Award ManagementStatute 52.232-36Payment by Third PartyStatute X52.232-40Providing Accelerated Payments to Small Business SubcontractorsStatute 52.232-90Fast Payment ProcedureStatute X52.233-3Protest After AwardStatute X52.233-4Applicable Law for Breach of Contract ClaimStatute X52.240-91Security Prohibitions and ExclusionsStatute 52.240-91 with Alt ISecurity Prohibitions and Exclusions, with Alternate IStatute 52.240-92Security RequirementsOther 52.240-92 with Alt IISecurity Requirements with Alternate IIOther 52.240-93Basic Safeguarding of Covered Contractor Information Systems X52.244-6Subcontracts for Commercial Products and Commercial ServicesStatute 52.247-64Preference for Privately Owned U.S.-Flag Commercial VesselsStatute 52.247-64 with Alt IPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IStatute 52.247-64 with Alt IIPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IIStatute Additional Contract Requirements or Terms and Conditions 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. (JAN 2023) (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR Provisions are incorporated as follows: VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) RFO 52.252-1 Solicitation Provisions Incorporated by Reference The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. https://www.acquisition.gov/far-overhaul https://www.acquisition.gov/vaar The following RFO provisions are to be incorporated by reference: Applicable Number Title Source X52.203-11Certification and Disclosure Regarding Payments to Influence Certain Federal TransactionsStatute X52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-RepresentationStatute X52.204-7System for Award Management RegistrationStatute 52.204-7 with Alt ISystem for Award Management Registration, with Alternate IStatute 52.204-90Offeror IdentificationStatute 52.207-6Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)Statute 52.209-12Certification Regarding Tax MattersStatute 52.219-2Equal Low BidsStatute 52.222-18Certification Regarding Knowledge of Child Labor for Listed End ProductsE.O. 52.222-48Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment CertificationOther 52.222-52Exemption from Application of the Service Contract Labor Standards for Certain Services-CertificationOther 52.222-56Certification Regarding Trafficking in Persons Compliance PlanStatute 52.223-4Recovered Material CertificationStatute 52.225-2Buy American CertificateStatute 52.225-4Buy American-Free Trade Agreements-Israeli Trade Act CertificateStatute 52.225-6Trade Agreements-CertificateStatute 52.225-20Prohibition on Conducting Restricted Business Operations in Sudan-CertificationStatute 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and CertificationsStatute 52.226-3Disaster or Emergency Area RepresentationStatute 52.229-11Tax on Certain Foreign Procurements Notice and RepresentationStatute X52.240-90Security Prohibitions and Exclusions Representations and CertificationsStatute The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due: To Thomas Parsons (thomas.parsons2@va.gov) and John Cheng (John.Cheng2@va.gov) by 12:00pm CST on March 31, 2026. Contact for information regarding the solicitation: Thomas Parsons (thomas.parsons2@va.gov) and John Cheng (John.Cheng2@va.gov).