GMP Manufacturing of CDC FluSC2 Multiplex EUA Kit
ID: 75D30123C16444Type: Justification
Overview

Buyer

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

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a contract for the GMP manufacturing of the CDC FluSC2 Multiplex EUA Kit to Biosearch Technologies, Inc. This contract, valued at $399,993, entails the production of 1,020 vials of oligonucleotide primers and probes, adhering to Good Manufacturing Practices (GMP) as defined under 21 CFR 820, with a required delivery date of September 25, 2023. The specific internal BHQnova quencher design of the probes is critical for the diagnostic assay, which has received Emergency Use Authorization (EUA) from the FDA, and no other suppliers have been identified that can meet these stringent requirements. For further inquiries, interested parties may contact Mark Draluck at syq1@cdc.gov or Devin Barich at uca9@cdc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source Modification of Contract to Quest Diagnostics, Inc.
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a non-competitive modification to an existing contract with Quest Diagnostics, Inc. This modification aims to expand the scope of the contract to include access to de-identified antibody results from previously tested specimens, focusing on individuals with immunocompromising conditions as part of the CDC's Multistate Assessment of SARS-CoV-2 Seroprevalence in Commercial Laboratory Survey (MASS-C) Study. The contract modification is crucial for estimating the prevalence of SARS-CoV-2 infections and vaccinations across various demographics and geographic locations, utilizing existing data rather than incurring additional costs for new specimen collection. Interested parties may submit responses to this notice within 15 days to the primary contact, Liz Cole-Greenblatt, at qst7@cdc.gov, although the government retains discretion over whether to pursue competitive procurement.
    National Immunization Survey - Flu Q2-Q4 2023 Bridge Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to continue the National Immunization Survey through a bridge contract for the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to ensure the timely collection and analysis of immunization data, which is critical for public health decision-making and policy formulation. The justification for this contract was made under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the associated Justification and Approval for Other Than Full and Open Competition (JOFOC) will be available for review for 30 days following the contract award. For further inquiries, interested parties may contact Joshua Houston at pkf5@cdc.gov.
    Notice of Limited Source Award to Waters
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is issuing a Notice of Limited Source Award for the procurement of a liquid chromatograph tandem mass spectrometer and associated maintenance services. This requirement is being fulfilled on behalf of the National Institute for Occupational Safety & Health (NIOSH), Respiratory Health Division (RHD), highlighting the critical need for advanced laboratory equipment in occupational health research. The contract period is set from June 1, 2023, to May 31, 2024, with the possibility of two additional one-year extensions, and the intended recipient of this award is Waters Technologies, Inc. Interested parties can reach out to Abbie Jemmott at ygf3@cdc.gov or by phone at 412-386-6433 for further details.
    Purchase of preventative and remedial maintenance of Spark Holland laboratory equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price contract to Spark Holland Inc. for the preventative and remedial maintenance of Spark Holland laboratory equipment. This procurement is essential as Spark Holland Inc. is the original equipment manufacturer, possessing the unique expertise required to maintain and service the specialized equipment currently utilized by the CDC. The estimated period of performance for this contract is from February 1, 2026, to January 31, 2027, with interested parties encouraged to submit their interest and capability to respond by emailing the Contract Specialist, Staci Boykin, at zwh7@cdc.gov by 3:00 PM (ET) on December 8, 2025.
    COVID 19 Tests
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response, is seeking procurement for COVID-19 tests. The opportunity involves the acquisition of in vitro diagnostic substances, reagents, test kits, and sets, with a focus on ensuring compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing the nation's testing capabilities in response to the ongoing pandemic. Interested vendors can reach out to Junli Collins at junli.collins@hhs.gov or Judy Williams at judy.williams2@hhs.gov for further details, as outlined in the attached justification document.
    EZ1 & 2 DNA Blood Isolation Kit and DNA Tissue Kit
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with Qiagen for the procurement of EZ1 & 2 DNA Blood Isolation Kits and DNA Tissue Kits. These kits are critical for the ongoing clinical research and patient care at the NIH Clinical Center, particularly for Human Leukocyte Antigen (HLA) matching in transplant patients and potential donors. The kits have been extensively tested and are essential for providing high-quality DNA samples necessary for critical Next Generation Sequencing, with an estimated contract value of $29,166.25. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 13, 2025, referencing NOI-CC-26-000013.
    National Immunization Survey - Child Q2-Q4 2023 Bridge Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a bridge contract for the National Immunization Survey covering the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to continue essential data collection and analysis related to immunization rates among children, which is critical for public health monitoring and policy-making. The contract was issued under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the justification for this non-competitive award will be available for review for 30 days following the award date. For further inquiries, interested parties can contact Joshua Houston at pkf5@cdc.gov.
    Domestic Capability Building Activity – Onshoring the Manufacturing of Viral Hemorrhagic Fever Vaccine Candidates
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (BARDA), is seeking to enhance domestic biopharmaceutical manufacturing capabilities through a contract focused on onshoring the production of viral hemorrhagic fever vaccine candidates. The primary objective is to transfer the manufacturing processes for Vesicular Stomatitis Virus (VSV) Delta G based vaccine candidates from international sites to domestic Contract Development and Manufacturing Organizations (CDMOs) in the United States, thereby strengthening national health security preparedness against threats like the Marburg and Sudan viruses. This initiative is critical as it addresses the current limited domestic capacity for live viral vector manufacturing, ensuring a robust response to infectious disease challenges. Interested parties must be product sponsors or technology owners with BARDA-sponsored monovalent filovirus vaccine candidates and should prepare for a technology transfer demonstration, as the scope does not include procurement of investigational or licensed products.
    Laboratory Response Network Support Modification Justification
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking support for the Laboratory Response Network through a modification justification. This procurement involves an exception to the fair opportunity process, as detailed in the attached justification document, which outlines the specific requirements and objectives for this contract. The services sought are critical for enhancing the CDC's capabilities in managing public health emergencies and laboratory response efforts. Interested parties can reach out to Luci Cason at reo3@cdc.gov for further information regarding this opportunity.
    Eurofin's EvoCard for DNA Sequencing
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking to procure EVOcards from Eurofins Genomics through a sole-source acquisition due to urgent and compelling needs. These EVOcards are essential for acquiring oligonucleotides, synthesized genes, and sequencing reactions, which are critical for ongoing research in molecular biology, biotechnology, and DNA nanotechnology. The NRL requires a rapid 24-hour turnaround for these specialized products to avoid disruptions in vital research related to biothreats and emerging diseases, with Eurofins identified as the only viable source capable of meeting this requirement. For further inquiries, interested parties can contact Brandon Zellers at brandon.zellers@nrl.navy.mil.