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
    Microbial Testing Supplies - Bridge Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    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 objectives include performing hemagglutination inhibition (HAI) assays on human serum samples and developing new serology assays, with an emphasis on high-throughput testing capabilities to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities during influenza threats, ensuring compliance with government regulations and performance metrics. Interested parties should contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020, with the Phase I interest submission deadline extended to February 21, 2025, and the contract's base period commencing on July 21, 2025.
    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.
    Notice of Intent to Sole Source – TheraDoc subscription
    Buyer not available
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
    Intent to Sole Source to Fisher Scientific company LLC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Fisher Scientific Company LLC for the provision of testing supplies at the Pinon Health Center Facility in Arizona. This procurement is deemed non-competitive as Fisher Scientific is the only organization capable of supplying the necessary items to prevent any disruption in services that could adversely affect patient care. Interested parties are advised that the government will not solicit competitive proposals, and any responses must be submitted by November 9, 2024, at 5:00 PM MST to be considered. For further inquiries, contact Whitney Shorty at whitney.shorty@ihs.gov or call 928-725-9806.
    Notice of Intent to Sole Source to Extend Services for N6264520P0020 - Molecular Assay-Analyzers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source bridge contract to BioFire Defense, LLC for the provision of a molecular diagnostic laboratory analyzer, along with necessary assays, reagents, and consumables at Naval Hospital Camp Pendleton and Naval Medical Center Portsmouth. The contract, which is set to run from April 16, 2025, to October 15, 2025, with an option for an additional six months, requires the analyzer to perform a variety of tests using polymerase chain reaction (PCR) technology, including respiratory, blood culture, gastrointestinal, and meningitis/encephalitis assays, while ensuring compliance with FDA regulations. This procurement is critical for maintaining effective diagnostic capabilities within military medical facilities, and interested vendors must submit capability statements by February 28, 2025, as the procurement will not be open for competitive proposals. For further inquiries, vendors can contact Margaret Suever at margaret.a.suever.civ@health.mil or by phone at 210-952-8283.
    Various Roche Cobas® 5800 Rental Reagent Package with Reagents, Controls, Consumables and Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure a rental reagent package for the Roche Cobas® 5800 diagnostic system, which includes essential reagents, controls, consumables, and maintenance services. This procurement aims to enhance the capabilities of healthcare facilities in conducting reliable and efficient testing for infectious diseases, particularly for HBV, HCV, and HIV, as outlined in the accompanying catalog of medical kits and components. The extensive range of products available is crucial for public health initiatives, ensuring timely and accurate diagnostics. Interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or call 301-827-4879 for further details regarding this presolicitation opportunity.
    Notice of Intent to Sole Source: Allergen Extract Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to execute a Sole Source Award for allergen extract supplies to support the United States Army Centralized Allergen Extract Laboratory (USACAEL) at Fort Meade, Maryland. This procurement, valued at approximately $1.8 million, will involve a Firm Fixed Price contract with a performance period from August 16, 2025, to August 15, 2030, and may include a potential 6-month extension. The supplies are critical for managing allergies and food-related health issues, requiring the contractor to meet stringent FDA approval and USP compliance standards while demonstrating the ability to supply at least 98% of the requested allergen extracts. Interested parties should respond to the notice by contacting Alexis Medrano or Catherine-Tehila Johnson via the provided email addresses by the specified deadline.
    In Vitro Assessments of Antimicrobial Activity
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the In Vitro Assessments of Antimicrobial Activity (IVAAA) program through solicitation RFP 75N93024R00024. This initiative aims to support in vitro testing to evaluate the therapeutic potential of compounds against over 270 infectious agents, facilitating the development of vaccines, therapeutics, and diagnostics for infectious diseases. The program is critical for enhancing public health preparedness and response capabilities, particularly in addressing emerging health threats such as bioterrorism and infectious diseases. Proposals are due by March 10, 2025, with a funding range of $2,500 to $15 million available through January 14, 2033. Interested parties can direct inquiries to Alexander Beraud at alexander.beraud@nih.gov or Brian Madgey at brian.madgey@nih.gov.
    6640--FY25: Automated Immunochemical Fecal Occult Blood Test (IFOBT)
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole-source contract for the provision of Automated Immunochemical Fecal Occult Blood Test (IFOBT) reagents, specifically targeting the Orlando Healthcare System. This procurement is in accordance with federal regulations that permit sole-source contracts under certain conditions, emphasizing the need for specialized testing reagents critical for patient diagnostics. Interested vendors capable of fulfilling this requirement are encouraged to submit a complete technical package by February 27, 2025, at 1:00 PM EST, to the Contract Specialist, Benjamin Amato, at Benjamin.Amato@va.gov. This opportunity aims to identify potential sources for future related procurements, although the government will not provide compensation for any information submitted.