Bacille Calmette-Guerin (BCG vaccine)
Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA
Timeline
    Description

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to procure the Bacille Calmette-Guerin (BCG) vaccine from Colorado Serum Company, the sole manufacturer capable of supplying this specific strain. This procurement is part of an ongoing study initiated in 2021, aimed at evaluating the effectiveness of BCG vaccination in cattle for combating bovine tuberculosis (bTB) in endemic areas, particularly in Baja California, Mexico. The necessity for a sole source purchase is justified by the unique requirements of the study, including the need for the specific Danish 1331 strain to ensure data consistency and validity. The estimated cost for the vaccine manufacture and shipping is $38,750, and interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA-APHIS-VS is seeking to continue its study on the effectiveness of Bacille Calmette-Guerin (BCG) vaccination in cattle for bovine tuberculosis (bTB) through a collaboration with Colorado Serum Company, the sole manufacturer capable of supplying the required BCG vaccine. This project, initiated in 2021, involves comparing vaccinated and unvaccinated dairy herds over five years in bTB endemic areas, specifically Baja California, Mexico. The rationale for limiting competition is grounded in the experimental status of BCG vaccination in the U.S. and the need to use the same strain from Colorado Serum Co. to ensure data consistency and validity. Market research confirms that only Colorado Serum Company can provide the specific Danish 1331 strain needed for this project. The estimated cost for vaccine manufacture and shipping is $38,750. The justification has been certified by relevant personnel, affirming the necessity of limiting the procurement to a single source due to these unique requirements. This document is essential for aligning funding and administrative approvals for the TB Initiative project.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Classical Swine Fever Virus (CSF) Vaccine, C-strain
    Active
    Agriculture, Department Of
    The Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) intends to award a sole-source contract for the procurement of one million doses of the Classical Swine Fever Virus (CSF) Vaccine, C-strain Modified Live Virus (MLV). This five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be awarded to Ceva Sante Animale, the only licensed manufacturer with the necessary permits and an established history of supplying this vaccine, which is critical for the National Veterinary Stockpile to manage animal health emergencies. The USDA emphasizes the importance of this procurement for swift response capabilities in the event of a classical swine fever outbreak, and interested sources are encouraged to submit capability information by September 22, 2024. For further inquiries, contact Larry Nelson at larry.d.nelson@usda.gov or by phone at 16123363225.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Animal and Plant Health Inspection Service, for a multiple-award firm fixed-price, Blanket Purchase Agreement (BPA) commercial supply contract to obtain Theileria equi and Babesia caballi test kits. The test kits are used for in vitro diagnostic purposes and are typically used to detect and diagnose Theileria equi and Babesia caballi infections in animals. The BPA will be for 5 years with an estimated quantity of 400 test kits per year. This procurement is set aside for small businesses and will be issued on or about 01/19/2024. Interested parties should monitor the site for the solicitation and amendments. For more information, contact Mario Garcia, Contract Specialist, at mario.garcia2@usda.gov.
    Notice of Intent to Sole Source Automated Dispensing Modules
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a noncompetitive contract for the procurement of two Automated Dispensing Modules (ADM) from Applied Design Corp, which are essential for Brown Tree Snake baiting operations in Guam. This procurement is critical for the continued aerial delivery of toxicants to control the invasive Brown Tree Snake population, with the USDA having utilized these proprietary devices for eight years. The estimated acquisition cost is capped at $350,000, and responses from other responsible sources are welcomed until 10:00 AM CST on September 20, 2024, although the government retains discretion over whether to conduct a competitive procurement. Interested parties may contact Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433 for further information.
    Good Manufacturing Practice (GMP)-manufactured Monoclonal Antibody
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to award a sole source contract for the procurement of Good Manufacturing Practice (GMP)-manufactured Monoclonal Antibody UB-421, with a requirement of 100 liters. This procurement is critical for an ongoing clinical trial aimed at treating patients with multidrug-resistant HIV-1 infection, utilizing UB-421, which is exclusively manufactured by United BioPharma, Inc., the sole patent holder and provider of the necessary cell line for production. Interested parties who believe they can meet the specifications must submit a capability statement to the primary contact, Hershea Vance, by 3:00 PM EST on September 20, 2024, as the contract is expected to be awarded within 19 days of this notice, with a performance period from September 23, 2024, to September 24, 2025.
    6505--Influenza Virus Vaccine (2025-2026 Flu Season)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of the Influenza Virus Vaccine for the 2025-2026 flu season. This procurement will cover supply requirements for various government facilities, including the Bureau of Prisons, Indian Health Service, and state veteran homes, with specific stipulations regarding the quantity and pricing of vaccine line items. The vaccines are crucial for protecting veterans and associated groups against influenza, with estimated annual usage detailing the need for multiple-dose vials and pre-filled syringes tailored for different age groups. The RFP is expected to be released around September 18, 2024, with proposals due by October 2, 2024. Interested parties can contact Contract Specialist Deborah Fassl at Deborah.Fassl@va.gov or by phone at 708-786-5894 for further information.
    Frozen Beef Products (Type 1) for use in Domestic Food Assistance Programs.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking bids for the procurement of Frozen Beef Products to support its domestic food assistance programs. The solicitation, identified as Bid Invitation Number 2000010350, requires a total of 10,080,000 pounds of beef, which must originate from livestock born, raised, and harvested in the United States, with strict adherence to food safety and defense certifications. This procurement is significant as it plays a crucial role in supplying food assistance to various locations across the U.S., with deliveries scheduled between November 1, 2024, and December 31, 2024. Interested vendors must submit their bids electronically via the Web-Based Supply Chain Management System (WBSCM) by 1:00 PM CT on September 20, 2024, and can direct inquiries to LaShawne Brown at lashawne.brown@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.
    Frozen Beef Products (Type 2) for use in Domestic Food Assistance Programs.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of Frozen Beef Products (Type 2) intended for domestic food assistance programs. The solicitation specifically focuses on Coarse Ground Beef, which must adhere to stringent microbial testing standards and be sourced from livestock that is born, raised, and harvested in the United States. This procurement is crucial for supporting food distribution initiatives, with a total quantity of 378,000 lbs of beef required for delivery between November 1 and December 31, 2024. Interested vendors must submit their offers electronically via the USDA's Web-Based Supply Chain Management System (WBSCM) by September 20, 2024, and can contact LaShawne Brown at lashawne.brown@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    Canine Rabies Field Data Collection
    Active
    Health And Human Services, Department Of
    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.
    Rapid Pandemic Influenza and Emergency Infectious Disease Vaccine Development and Response Capability
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (BARDA), is seeking proposals for the "Rapid Pandemic Influenza and Emergency Infectious Disease Vaccine Development and Response Capability" through a Special Notice. The objective of this procurement is to establish a long-term partnership focused on developing a flexible and rapid response capability for vaccine development against pandemic influenza and other priority pathogens, initially emphasizing influenza mRNA vaccine development. This initiative is critical for enhancing the nation's preparedness and response to emerging infectious diseases, ensuring readiness to pivot quickly in the face of public health threats. Interested parties can access the full Request for Project Proposals and additional consortium information at www.rrpv.org, and inquiries can be directed to Rebecca Harmon at rebecca.harmon@ati.org.
    Supplement 210 to the AMS Master Solicitation for the Purchase of Miscellaneous Beef Items for Distribution
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Agricultural Marketing Service (AMS) has issued an updated Supplement 210 as part of its Master Solicitation for the procurement of frozen miscellaneous beef items for federal food and nutrition assistance programs. The focus is on purchasing beef roasts and diced beef from qualified suppliers. This opportunity is primarily aimed at ensuring an adequate supply of beef products that adhere to specific quality, safety, and compliance standards. The AMS seeks to engage suppliers who can meet these criteria while also adhering to humane animal handling practices and food defense requirements. Scope of Work The key tasks for the successful awardee will involve: Supplying frozen beef roasts and diced beef that meet the specified standards, including meat component, grade, and pathogen intervention requirements. Adhering to detailed harvesting, packaging, and labeling instructions, ensuring product integrity and safety. Delivering the beef items under specific temperature requirements and with appropriate sealing and labeling to ensure security and compliance. Providing a warranty, complaint resolution procedures, and a mechanism to prevent the delivery of non-conforming products. Bearing the cost of any audits or certification processes required for contract compliance. Eligibility Criteria Potential applicants should possess the capabilities to meet the extensive requirements outlined in the Federal Purchase Program Specification (FPPS). This includes the ability to harvest, process, and supply beef products that align with the specific standards detailed in the solicitation. Experience in working with the USDA and knowledge of its regulations and standards would be a distinct advantage. Funding and Contract Details The contract type and estimated funding associated with this opportunity were not provided. However, the solicitation indicates that the USDA intends to procure a significant quantity of frozen beef items over an extended period. Applicants should factor in the potential costs of compliance with the extensive requirements outlined in the FPPS. Submission Process The submission process involves a two-stepped approach: Applicants should first submit a technical proposal via email, following a specified format. This proposal should outline their capabilities and how they meet the specific requirements. Changes to the technical proposal can be made at any time before the unspecified deadline. It is the responsibility of the applicant to ensure their proposal remains up-to-date. Evaluation Criteria The evaluation of applications will give priority to suppliers who can demonstrate an understanding of and ability to meet the detailed requirements outlined in the solicitation. The USDA will assess applicants' capacity to adhere to the FPPS specifications, their experience in the industry, and their proposed production plans. Additionally, the USDA will conduct a food defense audit of each applicant's Food Defense Plan before opening bids. Contact Information For further clarification or questions, interested parties can contact Mark Lemon at mark.lemon@usda.gov. Suppliers should carefully consider the comprehensive requirements before submitting their applications. The solicitation, with its detailed specifications, serves as a comprehensive guide for applicants.