Skip to content
Department of Veterans Affairs

Q517--VISN 4 Virtual Pharmacy Services

Solicitation: 36C24426Q0299
Notice ID: 4ed3f96a80aa43e195f98afad9aacb5c
TypeCombined Synopsis SolicitationNAICS 456110PSCQ517Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsPostedFeb 19, 2026, 12:00 AM UTCDueMar 02, 2026, 03:00 PM UTCCloses in 6 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: VISN 4 - Multiple VA Medical Centers Altoona, Butler, Coatesville, Erie, Lebanon,, Wilkes-Barre, and Wilmington • United States. Response deadline: Mar 02, 2026. Industry: NAICS 456110 • PSC Q517.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$911,043,549
Sector total $911,043,549 • Share 100.0%
Live
Median
$100,000
P10–P90
$27,832$2,512,540
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($911,043,549)
Deal sizing
$100,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
VISN 4 - Multiple VA Medical Centers Altoona, Butler, Coatesville, Erie, Lebanon,, Wilkes-Barre, and Wilmington • United States
Contracting office
Pittsburgh, PA • 15215 USA

Point of Contact

Name
Britni Greenleaf
Email
Britni.Greenleaf@va.gov
Phone
412-860-7204

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
244-NETWORK CONTRACT OFFICE 4 (36C244)
Office
Not available
Contracting Office Address
Pittsburgh, PA
15215 USA

More in NAICS 456110

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. This Solicitation number 36C24426Q0299 is being issued as a Request for Quote (RFQ). The Government anticipates awarding one, five-year, firm-fixed price Indefinite-Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. This acquisition is set-aside as 100% to service-disabled veteran owned small business (SDVOSB). Any SDVOSB responding to this solicitation must complete, sign, and return the full VAAR clause at 852.219-75 in order to be considered for evaluation and award. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at: http://www.sam.gov . Confirmation of SAM registration will be validated prior to awarding a contract. The Veterans Integrated Service Network 04 (VISN4) has a new requirement at multiple Medical Centers for Virtual Pharmacy Services as listed in the Performance Work Statement (PWS), Attachment A.  The Contractor shall provide all necessary licenses, certifications, training, and requirements cited in the PWS. All work is to be performed in accordance with applicable federal, state, and local regulations or ordinances. All interested offerors shall provide a quotation for the following: Pricing Schedule, Attachment B. Place of Performance: VISN, Multiple Locations VISN-04 intends to enter into an IDIQ contract with Orders anticipated to begin: 04/01/2026-03/31/2031. The awarded IDIQ for this requirement will be funded by station-level Task Orders. Only a warranted Contracting Officer may issue Task Orders and oral orders for services under the awarded IDIQ resultant of this solicitation. IDIQ Minimum Guarantee: $30,000, IDIQ Maximum: $5,000,000. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17042 Contracting Specialist: Britni Greenleaf Email: Britni.Greenleaf@va.gov 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services 52.252-2 Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul http://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS NOV 2023 52.204-13 52.222-41 52.222-43 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE SERVICE LABOR CONTRACT STANDARDS FAIR LABOR SANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT OCT 2018 AUG 2018 AUG 2018 52.222-50 52.226-8 COMBATING TRAFFICKING IN PERSONS ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING NOV 2021 MAY 2024 52.232-40 852.237-74 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS NON-DISCRIMINATION IN SERVICES DELIVERY MAR 2023 OCT 2019 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS VAAR 852.237-75 KEY PERSONNEL (OCT 2019) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT NOV 2024 52.229-11 852.204-70 852.239-70 REPORTING TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION REPORTING TAX ON PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES JUN 2020 MAY 2020 FEB 2023 52.216-1 Type of Contract (Apr 1984) The Government contemplates firm-fixed price, IDIQ contract resulting from this solicitation. 52.216-18 Ordering (Aug 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 04/01/2026 through 03/31/2031. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered "issued" when (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 25 orders per month, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of 50,000 orders per month; (2) Any order for a combination of items in excess of 1,000,000 orders per month; or (3) A series of orders from the same ordering office within 1 day that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 day after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination Employee Class: Pharmacy Technician 52.222-49 Service Contract Labor Standards-Place of Performance Unknown (May 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: See area WDs provided in the solicitation attachments. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by Monday, March 2, 2026 10:00AM. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Jan 2023) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ X ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [ ] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2)The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States.The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b)The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c)The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d)Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address:______________________________________ ________________________________________________________________ (End of clause) 852.239-75 Information and Communication Technology Accessibility Notice (FEB 2023) (a) Any offeror responding to this solicitation must comply with established VA Information and Communication Technology (ICT) (formerly Electronic and Information (EIT)) accessibility standards. Information about Section 508 is available at http://www.section508.va.gov/. (b) The Section 508 accessibility standards applicable to this solicitation are stated in the clause at 852.239-75, Information and Communication Technology Accessibility. In order to facilitate the Government's determination whether proposed ICT supplies meet applicable Section 508 accessibility standards, offerors must submit appropriate VA Section 508 Checklists, in accordance with the checklist completion instructions. The purpose of the checklists is to assist VA acquisition and program officials in determining whether proposed ICT supplies, or information, documentation and services conform to applicable Section 508 accessibility standards. The checklists allow offerors or developers to self-evaluate their supplies and document - in detail - whether they conform to a specific Section 508 accessibility standard, and any underway remediation efforts addressing conformance issues. (c) Respondents to this solicitation must identify any exception to Section 508 requirements. If an offeror claims its supplies or services meet applicable Section 508 accessibility standards, and it is later determined by the Government, i.e., after award of a contract or order, that supplies or services delivered do not conform to the described accessibility standards, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense. Addendum To Far 52.212-1 Instructions To Offerors-Commercial Products And Commercial Services: Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Quotes in response to this RFQ are due on 10:00 AM (EST), Monday, March 2, 2026. Quotes shall be submitted in writing and sent via email to Contracting Specialist Britni Greenleaf: Britni.Greenleaf@va.gov. Please insert Solicitation Number 36C24426Q0299 VISN4 Virtual Pharmacy Services in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via email to the Contracting Specialist by 10:00 AM EST, Tuesday, February 24. Questions will not be accepted after Tuesday, February 24. Responses to the Offeror s question(s) will be posted via an amendment on SAM.gov/ Contract Opportunities via: http://www.sam.gov. Failure to follow all instructions may result in Offeror(s) being determined as ineligible for evaluation and award. All proposals shall be valid 60 days from the quote response date. Offeror(s)s are cautioned to be responsive to all requirements in the PWS and to provide sufficient information to allow for evaluation of the quotes. Offeror s are required to submit the following: Attachment B: Price Schedule: Please complete price information in the last two columns of Attachment B and return with your quote. To facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Or "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" And a statement to acknowledge amendments, if applicable. Cover Letter. Offeror(s)s shall submit a cover letter identifying their Company name, contact information, CAGE Code, SAM Unique Entity ID (UEI) number of the prime and any teaming partner/subcontractor. Offeror(s)s shall submit a Technical Capability which shall address the following at a minimum: Key Personnel & Staffing The Offeror must submit a staffing plan that identifies personnel who will be assigned to complete the requirements of this Contract, with information to include experience, educational background, certifications, and specialties. The staffing plan must identify the offeror s project manager, administrative and other key personnel who will be responsible for overseeing the day-to-day performance of the Contract and the responsibilities of each. The offeror must address its plan to adjust staff as necessary to ensure capacity to accommodate a fluctuating volume of orders, as well as how the offeror will perform the VIRTUAL PHARMACY Services work in conjunction with the other work the offeror performs for its commercial customers. The staffing plan must also address any relationship to the offeror of any personnel who will be providing VIRTUAL PHARMACY Services under the Contract that are not directly employed by the off…

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.