This is a Request for Information (RFI) to identify potential sources possessing the capabilities described herein and ascertain whether the required supplies are commercial in nature. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained.
NOTE: At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. NO PHONE CALLS WILL BE ACCEPTED. It is the responsibility of any potential Offeror to monitor this site for the release of any solicitation.
- RFI Title: Pre-filled Syringes and Bags for the Defense Health Agency (DHA) Medical Treatment Facility (MTF).
- LOCATION: Naval Medical Center Portsmouth, Virginia.
- BACKGROUND: The Naval Medical Center Portsmouth (NMCP) Pharmacy Department has a current contract for pre-filled syringes and bags that is expiring on 30 September 2025 and requires a new contract. The pre-filled syringes and bags will be delivered on an as needed basis to the Pharmacy Department.
- DESCRIPTION: NAICS 325412 Pharmaceutical Preparation Manufacturing, PSC 6505 Drugs and Biologicals. See DRAFT Statement of Work (SOW).
RFI SUBMISSION INSTRUCTIONS:
Responses to the RFI shall adhere to the following formatting and outline instructions:
- All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF.
- Cover Page (1 page)
- Title
- Organization
- Responder’s technical and administrative points of contact (names, addresses, phone numbers and email addresses).
- CAGE Code
3. Capabilities statement SHALL address the following:
- Contractor’s clear understanding and ability to perform the scope of this requirement as detailed in the DRAFT SOW.
- Contractor’s experience performing the same or similar work as detailed in the DRAFT SOW.
- Existing contract vehicles (e.g., GSA schedule) under which the responder currently offers these services, if any.
- Whether the responder provides the required services to the general public under terms and conditions similar to those offered to the Federal Government.
RESPONSES DUE: June 17, 2025 by 5 pm EST
SUBMISSION TO: Ms. Lisa Wilk, lisa.c.wilk.civ@health.mil