Notice of Intent to Sole Source - University of Michigan - Vaccine Cost-Effectiveness Models
ID: HCJGC-2025-00338Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

HEALTH R&D SERVICES; HEALTH CARE - OTHER; APPLIED RESEARCH (AN42)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Centers for Disease Control and Prevention (CDC) intends to award a sole source firm fixed price contract to the University of Michigan for access to proprietary models that assess the cost-effectiveness of vaccines. This procurement aims to secure detailed reports based on these models, which are deemed essential for the CDC's vaccine evaluation efforts, as no other models are known to provide the required level of detail. The contract will cover a base year with four additional option years, and interested parties may express their interest or capability to respond within fifteen days of this notice. Responses should be directed to contract specialists William O’Bryan at rvq0@cdc.gov and Ruben Reyes-Colon at qmz3@cdc.gov by 3:00 PM EDT on April 11, 2025.

Point(s) of Contact
William O'Bryan
rvq0@cdc.gov
Ruben Reyes
qmz3@cdc.gov
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Vaccines for Adults
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to establish one or more Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for the procurement of standard commercial adult vaccines. The primary objective of this initiative is to utilize Section 317 vaccine purchase funds to provide vaccines at prices lower than those available in the commercial marketplace, specifically targeting state and local health departments to serve populations at high risk for under-vaccination. This procurement is crucial for enhancing adult immunization coverage and ensuring effective immunization practices in alignment with public health initiatives. Interested parties can contact James Sprigler at zbs6@cdc.gov or Chad Turner at ukr9@cdc.gov for further information, with the contract performance period set from July 1, 2025, to June 30, 2026.
PEDIATRIC COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award contracts for the procurement of U.S.-licensed pediatric COVID-19 vaccines as part of the Vaccine for Children (VFC) program. The initiative aims to ensure that eligible children under 18 years of age, particularly those who are Medicaid-eligible, uninsured, American Indian/Alaska Native, or inadequately insured, receive vaccines at reduced costs, thereby promoting effective immunization practices. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price delivery orders, emphasizes compliance with FDA regulations, strict delivery timelines, and the maintenance of vaccine integrity throughout the procurement process. Interested manufacturers can contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details regarding this opportunity.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the Survivor Clinical Center of Excellence (CCE) to provide healthcare services to eligible survivors of the September 11, 2001, terrorist attacks in the New York Metropolitan Area. The contract aims to deliver comprehensive health monitoring, diagnosis, and treatment services, ensuring that the unique health needs of these individuals are met effectively. This initiative is critical for supporting the ongoing health and well-being of survivors, as it is authorized under the James Zadroga 9/11 Health and Compensation Act of 2010. Proposals are due by May 5, 2025, with a question-and-answer phase concluding on April 11, 2025; interested parties can contact Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov for further information.
Serological Assays for the Detection and Characterization of Influenza Viruses
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The contract will involve performing hemagglutination inhibition (HAI) assays on approximately 6,000 human serum samples annually, with the potential for increased testing capacity during outbreaks, and aims to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities, ensuring high-throughput testing services, and fostering innovation in serological assay methods. Interested parties should note that the solicitation is currently suspended, and inquiries should be directed to Vic Veguilla at the CDC via email at jgartzke@cdc.gov for further information.
6550--Lab Testing Services - (HIV/HCV/HPV/On)
Buyer not available
The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
Intent to Sole Source: Implan Software Subscription
Buyer not available
The U.S. Department of Agriculture (USDA) intends to award a sole source contract to IMPLAN GROUP LLC for the acquisition of an updated Input-Output Modeling System (IOMS) and Impact Analysis for Planning (IMPLAN) software. This software is critical for providing comprehensive economic data and analysis, which supports the USDA's mission to enhance the sustainability and productivity of U.S. agriculture. IMPLAN has been established as the sole product capable of meeting these specific needs, having been developed over 50 years and utilized by multiple USDA agencies. Interested parties may submit evidence demonstrating that competition would be advantageous to the government, with responses due by 12:00 PM (EST) on April 28, 2025. For inquiries, contact Joel Miro-Marquez at joel.miro-marquez@usda.gov or Juan Rodriguez at Juan.Rodriguez9@usda.gov. The estimated acquisition cost for this contract is $135,061 for a one-year period of performance from May 2025 to May 2026.
World Trade Center Health Program - Outreach and Education
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking contractors for the World Trade Center Health Program's Outreach and Education initiative. The primary objective is to implement targeted outreach, education, and support services for 9/11 survivors and responders, enhancing awareness and access to health benefits related to their exposure. This program is crucial for addressing the long-term health impacts of the September 11 attacks, as it currently serves over 125,000 members and aims to increase enrollment among the estimated 400,000 individuals affected. Interested contractors should note that the solicitation number is 75D30125Q00092, with a contract period from June 15, 2025, to June 14, 2030, and inquiries can be directed to Lauren Peel at ijt9@cdc.gov or Joseph Jones at zjb2@cdc.gov.
Notice of Intent to Sole Source Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.