Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2026 SAM #8818
SOURCES SOUGHT

65 -- VISN 09 Lenalidomide Generic Pharmaceutical Drug Brand name or generic

Notice Date
1/15/2026 5:57:04 AM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24926Q0074
 
Response Due
1/23/2026 8:00:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Christina Lawrence, Contracting Specialist, Phone: 615-225-3426
 
E-Mail Address
christina.lawrence2@va.gov
(christina.lawrence2@va.gov)
 
Awardee
null
 
Description
THIS NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 325412; Pharmaceutical Preparation Manufacturing. The Department of Veterans Affairs (VA), Network Contracting Office 09 is seeking sources that can provide Lenalidomide at a minimum meets the following statement of work with a Brand Name or Generic product for the Tennessee Valley Healthcare System. As this is a supply acquisition with an estimated total contract cost over the Simplified Acquisition Threshold, the Small Business Administration and the Federal Acquisition Regulation have Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/part-52. The contractor must be a Certified Lenalidomide Risk Evaluation and Mitigation Strategy (REMS) pharmacy, that can supply and dispense lenalidomide in these doses 2.5mg, 5mg, 10mg, 15mg, 20mg, 25mg. Estimated Quantities: The quantities and products listed are estimated yearly requirements. The Tennessee Valley Healthcare System attempts to be as accurate as possible when providing estimated quantities, however, actual quantities and products required may vary from quantities and products as listed. All products will be requested on an on demand, as needed basis. Item # Description NDC # Order Unit Price per Unit Qty Cost 1 Lenalidomide 2.5mg capsule 76282-0696-48 Per capsule 420 2 Lenalidomide 5mg capsule 76282-0697-48 Per capsule 4,909 3 Lenalidomide 10mg capsule 76282-0698-48 Per capsule 10,929 4 Lenalidomide 15mg capsule 76282-0699-47 Per capsule 2,508 5 Lenalidomide 20mg capsule 76282-0700-47 Per capsule 223 6 Lenalidomide 25mg capsule 76282-0701-47 Per capsule 1,178 If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to It is requested that interested offerors respond to the following questions: Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations and nonmanufacturer rule, shall submit capability statements so the Government can determine the firm s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government s review of the industry s ability to perform or provide these requirements. Firms shall include the following information with their responses: (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 ยง 125.6? (9) 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? (10) Please indicate whether your product conforms to the requirements of the Buy American Act or Trade Agreement Act? (11) Does your proposed product have FDA clearance? Please specify what FDA clearance(s) have been obtained. (12) 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). (13) 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? (14) Please provide your SAM.gov Unique Entity ID/Cage Code number. RESPONSE SUBMISSION Please submit responses via email to Christina.Lawrence2@va.gov by 10:00am CT, by 01/23/2026. VA reserves the right not to respond to any or all emails or materials submitted. Disclaimer and Important Notes: This RFI is issued solely for information and planning purposes only 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2b04b4d9aca448e99f956d8339c8b648/view)
 
Place of Performance
Address: Tennessee Valley Healthcare System 1310 24th Avenue South, Nashville 37212
Zip Code: 37212
 
Record
SN07688938-F 20260117/260115230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.