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
  1. 1
    Posted Nov 6, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 6, 2024, 12:00 AM UTC
  3. 3
    Due Nov 21, 2025, 5:00 PM UTC
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
Nov 6, 2024, 4:40 PM UTC
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.
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.
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.
BacT ALERT FA/FN Plus Culture Services
Buyer not available
The Department of Defense, through the Air Force Test Center at Eglin Air Force Base, intends to award a sole-source, firm-fixed-price contract to Biomerieux for the provision of reagents necessary for BacT/ALERT culture services. The procurement includes two specific items: CLIN 0001 for BacT Alert FA Plus and CLIN 0002 for BacT Alert FN Plus, each requiring quantities of 12, with a base year and four option years. These reagents are critical for in-vitro diagnostic applications, supporting essential functions in medical testing and analysis. Interested parties are encouraged to submit written responses by 9:00 am CDT on April 14, 2025, to assess the potential for competitive procurement, with inquiries directed to Christina A. Blair at christina.blair.3@us.af.mil.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
Notice of Intent to Sole Source_ CN Bio Innovations
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source contract to CN Bio Innovations Limited for the procurement of a PhysioMimix Organ-on-a-Chip (OOC) Multi-Organ Standard System and a Full System. This specialized equipment is required to support the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) and must facilitate advanced organ modeling, including adjustable perfusion and fluidics, 3D organ model formation, and automation for long-term experiments. The systems will include necessary accessories and training for personnel, with a warranty period of two years post-delivery. Interested vendors may challenge this sole-source determination by submitting a capability statement by April 14, 2025, and inquiries should be directed to Matthew Gembe at matthew.w.gembe.civ@health.mil or by phone at 301-619-1350.
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 Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
Notice of Intent to Sole Source – Thermo Eberline
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Thermo Eberline for the provision of services and maintenance for existing radiation detection equipment at the NIH Clinical Center in Bethesda, Maryland. The procurement involves maintenance for three Thermo Eberline FHT 3511 PET Stack Monitors and one FHT-59 PING radiation detector, which are critical for monitoring exhaust emissions from several facilities. This acquisition is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the unique capabilities of Thermo Eberline as the only manufacturer of the required equipment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by April 17, 2025, at 12 PM EST.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.