Canine Rabies Field Data Collection
ID: 75D301-24-Q-78210Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)
Timeline
  1. 1
    Posted Aug 15, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 13, 2024, 12:00 AM UTC
  3. 3
    Due Sep 19, 2024, 4:00 PM UTC
Description

The Centers for Disease Control and Prevention (CDC) is seeking proposals for a federal contract titled "Canine Rabies Field Data Collection," aimed at enhancing rabies surveillance and control efforts in Haiti, a country currently facing human rabies cases. The project involves conducting comprehensive rabies case investigations across all ten departments of Haiti, ensuring timely data transmission for suspected human cases and animal bites, and facilitating community communication regarding rabies risks. This initiative is crucial for informing rabies control policies in the United States and protecting U.S. citizens traveling to the region. Interested vendors can contact Henrietta Fumbah at ehu0@cdc.gov or call 770-488-8239 for further details, with proposals due as specified in the RFQ 75D301-24-Q-78210.

Point(s) of Contact
Files
Title
Posted
Sep 3, 2024, 7:04 AM UTC
The Centers for Disease Control and Prevention (CDC) is soliciting quotes for a contract to support "Canine Rabies Field Data Collection" in Haiti, focusing on monitoring the rabies situation. The initiative seeks to procure timely reports on human and animal rabies cases to inform CDC policy for rabies control. With Haiti being one of the few countries reporting rabies deaths, the contract includes an extensive scope, including the collection of data from at least 100 case investigations monthly across all 10 departments of Haiti. Key tasks encompass investigating animal bites, reporting to the CDC, and ensuring timely notification of rabies risks to CDC personnel. The performance period spans from September 2024 to September 2027, with required data to be processed through a specified electronic system. Vendors are expected to have experience in rabies surveillance and a physical presence in Haiti. The document emphasizes adherence to health regulations, information security, and timely deliverables to ensure successful rabies control and prevention. This request aligns with the government's broader public health objectives to mitigate rabies outbreaks and enhance surveillance capabilities.
Sep 13, 2024, 5:25 PM UTC
The Centers for Disease Control and Prevention (CDC) has issued a Request for Quotations (RFQ) for “Canine Rabies Field Data Collection” focused on rabies case investigation in Haiti, a country still reporting human rabies deaths. The project aims to procure surveillance-derived reports that inform rabies control policies in the United States. Key objectives include conducting rabies case investigations across all ten departments of Haiti, ensuring timely data transmission for suspected human cases and animal bites, and community communication regarding rabies risks. The contractor will be expected to produce reports and use an electronic system to share data with CDC experts. Additionally, there are requirements regarding vendor qualifications, adherence to security and privacy standards, and delivering specified performance outputs. All contractor employees must pass background checks appropriate to their roles. The contract emphasizes CDC’s commitment to effective rabies management and surveillance initiatives that not only aim to control rabies in Haiti but also enhance protection for U.S. citizens traveling to the region.
Sep 13, 2024, 5:25 PM UTC
The document outlines a structured Request for Proposal (RFP) related to a rabies surveillance program. It details line items required for the implementation and operation of the program, divided into three options, each featuring identical elements. Key components include a surveillance program coordinator for a year, data collection and sample collection supplies, RSO and alert supervision for four events, the development of a Standard Operating Procedure (SOP) for a rabies alert system, and the ongoing operation of the rabies alert system for another year. The comprehensive approach outlined reflects the program's goal of enhancing rabies monitoring and response, emphasizing the importance of proper management, resource allocation, and systematic planning in public health initiatives. The document signifies a proactive governmental effort in managing public health risks associated with rabies, aligning with federal and state objectives in disease control and prevention.
Sep 13, 2024, 5:25 PM UTC
The document is an RFP (Request for Proposal) identified as 75D301-24-Q-78210, issued by the CDC. It primarily serves as a means for vendors to submit inquiries related to the proposal, with a structured format for documenting questions and CDC responses. The RFP itself is organized into a series of question number references, allowing vendors to clearly identify the specifics of their inquiries within the context of the proposal. The format suggests a comprehensive process that fosters clear communication between the CDC and potential vendors, ensuring that all parties have a mutual understanding of the RFP’s requirements and expectations. The extensive list of numbered questions, while lacking specific details in this excerpt, implies that a broad range of topics may be addressed, potentially covering technical specifications, project scope, guidelines for submission, and evaluation criteria. Overall, this document reflects the CDC's procedural diligence in managing vendor communications during the procurement process, highlighting their commitment to clarity and regulatory compliance in obtaining proposals for government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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 soliciting proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The primary objective of this procurement is to support the CDC's Influenza Division by conducting hemagglutination inhibition assays on approximately 6,000 human serum samples annually and developing new serology platforms to enhance testing capabilities. This contract is critical for improving influenza surveillance and vaccine effectiveness studies, ensuring timely and accurate public health responses. Interested vendors should note that the new ship date for assays is March 31, 2025, with results due by April 15, 2025, and can contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020 for further information.
Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the Survivor Clinical Center of Excellence (CCE) under Solicitation 75D301-25-R-00088. This procurement aims to provide healthcare services, including health monitoring, diagnosis, and treatment, to eligible survivors of the September 11, 2001, terrorist attacks residing in the New York Metropolitan Area. The initiative is crucial for addressing the ongoing health needs of this population, ensuring they receive comprehensive care for conditions related to their exposure during the attacks. 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.
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.
World Trade Center Health Program Third-Party Administrator (TPA)
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to manage the World Trade Center (WTC) Health Program. The TPA will be responsible for processing enrollment applications, managing provider networks, administering medical benefits, and handling claims for individuals affected by the September 11 attacks. This program is crucial for providing healthcare services to approximately 132,000 members, ensuring they receive necessary medical monitoring and treatment for WTC-related conditions. Interested offerors must submit their proposals by April 11, 2025, with a virtual session scheduled between April 21 and May 2, 2025, and the contract award anticipated around August 29, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) sample collection services across various cattle populations in the U.S. The procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, focusing on vendors with access to targeted cattle demographics, to enhance the government's BSE surveillance efforts. This initiative is critical for ensuring animal health and public safety, as it involves the collection, documentation, and shipping of brain stem samples for testing, adhering to strict quality control standards. Interested vendors must submit their proposals by 12:00 PM EST on November 20, 2025, with a minimum order requirement of $300 and maximum order limitations not exceeding $2.4 million, while also contacting Amanda Imlach at amanda.imlach@usda.gov for further inquiries.
Canine Models
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Command, is soliciting bids for the procurement of canine models intended for veterinary training purposes. The contract seeks to acquire healthy dogs that meet specific health criteria, including vaccination records, weight parameters, and reproductive status, emphasizing the importance of these canines in military training environments. The total award amount for this contract is approximately $2.75 million, with multiple deliverables required, and interested small businesses, particularly those owned by women, must adhere to the submission protocols outlined in the solicitation. For further inquiries, potential bidders can contact Cathy Harris at cathy.l.harris2.civ@health.mil or by phone at 210-221-3245.
Notice of Intent to Sole Source - University of Michigan - Vaccine Cost-Effectiveness Models
Buyer not available
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.
World Trade Center Health Program - Outreach and Education
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking contractors to provide outreach and education services for the World Trade Center (WTC) Health Program, aimed at supporting 9/11 survivors and responders. The selected contractor will implement targeted outreach initiatives to enhance awareness and access to medical treatment and monitoring services for eligible individuals, with a focus on engaging three primary groups: Survivors, Responders, and Young Adults. This initiative is critical in addressing the long-term health impacts of the September 11 attacks, as the program currently serves over 125,000 members and aims to increase enrollment from the estimated 400,000 individuals affected. Proposals are due by the specified deadlines, and interested parties can contact Joseph Jones at zjb2@cdc.gov for further information regarding the solicitation number 75D30125Q00092, which encompasses a firm-fixed-price contract with multiple award possibilities.
Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is preparing to solicit bids for the collection of Bovine Spongiform Encephalopathy (BSE) surveillance samples from cattle across the United States. This initiative aims to gather brain stem samples from targeted cattle populations, which are subject to change based on the evolving demographics of the national cattle population. The government intends to award multiple firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to vendors capable of accessing these cattle populations, with the solicitation expected to be released on or around November 20, 2024. Interested parties should monitor SAM.gov for the solicitation number 12639525Q0012 and are encouraged to reach out to Amanda Imlach at amanda.imlach@usda.gov or 978-770-3634 for further inquiries.