CDC DFWED NARST Sensititre Supplies
ID: CDC-DFWED-NARST-Sensititre-SuppliesType: Sources Sought
Overview

Buyer

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

NAICS

Other Professional Equipment and Supplies Merchant Wholesalers (423490)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    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.

    Point(s) of Contact
    Ashley Williams
    dal3@cdc.gov
    Sheena Delaine
    kpz5@cdc.gov
    Files
    Title
    Posted
    The CDC plans to award a sole source contract to ThermoFisher Scientific for antimicrobial resistance surveillance supplies, specifically utilizing Sensititre™ broth microdilution testing. This testing method is proprietary and has been integral to consistency in monitoring since 1996 under the National Antimicrobial Resistance Monitoring System, a collaborative effort among the CDC, FDA, and USDA. The unique nature of these supplies necessitates this single-source approach, as other testing methods would require extensive validation and could disrupt timely surveillance and analysis, critical for comparing human and retail data. Although this notice does not serve as a call for competitive bids, interested parties may respond within 15 days. Proposals should be directed to contract specialist Ashley Williams. The government retains discretion over the decision to pursue competitive procurement based on received expressions of interest.
    This document justifies the sole source procurement for antimicrobial resistance testing supplies necessary for the Centers for Disease Control and Prevention (CDC) under the National Antimicrobial Resistance Monitoring System (NARMS). The proposed vendor is ThermoFisher Scientific, whose proprietary Sensititre™ broth microdilution testing products are essential for maintaining a standardized approach to monitoring enteric bacteria resistance, a method in use since 1996. The justification outlines that only specific proprietary materials from Remel, Inc. are compatible with existing testing equipment, making it impractical and costly to consider alternatives. Switching to another manufacturer would necessitate substantial investments in new equipment and validation processes, disrupting the continuity and comparative capability required for effective surveillance and data analysis. The document concludes with certifications from the Program Official and Contracting Officer affirming the necessity and accuracy of the sole source claim, citing that no other suppliers meet the unique needs of this surveillance initiative. Overall, the justification reflects compliance with federal acquisition regulations permitting limited source procurement under specific circumstances.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Tecan equipment maintenance agreement
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to award a sole source firm fixed price purchase order to Tecan US, Inc. for a maintenance agreement covering preventative and remedial services for Tecan liquid handling equipment used within the Division of Laboratory Sciences. This service agreement is crucial for ensuring the accuracy and precision of pipetting operations, which are essential for compliance with Clinical Laboratory Improvement Amendments (CLIA) and International Organization for Standardization (ISO) regulations. The anticipated period of performance for this contract is from March 8, 2026, to March 7, 2031, and interested parties may submit their capabilities or proposals to the Contract Specialist at zwh7@cdc.gov by 3:00 PM (ET) on December 11, 2025.
    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.
    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.
    GMP Manufacturing of CDC FluSC2 Multiplex EUA Kit
    Buyer not available
    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.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Notice of Intent to Sole Source Atlanta Guards
    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 modification to Chenega Global Protection, LLC for the extension of their contract providing critical security guard services at the CDC’s Atlanta and Ft. Collins campuses. This extension is necessary to ensure continuous and reliable security services, which are vital for protecting personnel, property, and sensitive research, particularly in light of the recent government shutdown that has caused procurement delays. Interested parties that believe they can meet these requirements are invited to submit their capabilities and qualifications to Michael Davis via email by December 11, 2025, at 7:30 PM EST, as no competitive solicitation will be posted.
    Hologic Covid Testing Supplies
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    Sole Source Justification Field Emission Scanning Electron Microscope (FESEM)
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Sole Source Field Emission Scanning Electron Microscope (FESEM) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement is essential for advancing NIST's capabilities in laboratory equipment and supplies, particularly in high-resolution imaging and analysis. The justification for this sole source acquisition will be publicly available within 14 days of the contract award, and the opportunity will remain open for 30 days in accordance with federal regulations. Interested parties can reach out to Nina Lin at nina.lin@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further inquiries.