Pegfilgrastim with VMI
ID: RFP_75A50324R00004Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSEASPR/ORM-SNSAtlanta, GA, 30341, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

CHEMICAL AND PHARMACEUTICAL PRODUCTS MANUFACTURING MACHINERY (3650)
Timeline
    Description

    The Department of Health and Human Services (HHS) is seeking proposals for the procurement of Pegfilgrastim 6MG/.06ML (inj, soln, syr, or autoinjector) along with vendor-managed inventory (VMI) services to support national preparedness against public health emergencies. The contract will span five years, including a one-year base period and four optional ordering periods, with an initial quantity of 18,300 units projected to increase based on public health needs. This procurement is critical for maintaining robust health security capabilities and ensuring efficient supply chain management for essential pharmaceuticals. Interested contractors should direct inquiries to LaMonica Norwood at OSContracting@hhs.gov, with proposals due by the specified deadlines outlined in the RFP documentation.

    Point(s) of Contact
    LaMonica Norwood
    OSContracting@hhs.gov
    Files
    Title
    Posted
    The Technical - Past Performance Questionnaire is a component of a federal RFP requiring Offerors to submit past performance data for up to three contracts completed within the last three years. These contracts must be relevant in terms of scope, magnitude, and complexity in relation to the current RFP. For each contract, Offerors must provide basic information such as the contract number, agency name, and title, along with a narrative describing the work performed, relevant outcomes, challenges encountered, and corrective actions taken. Additionally, Offerors must disclose the contract's dollar value, type, performance period, and delivered products. A point of contact (POC) for each project must be provided to facilitate potential follow-up by the government for further clarification or evaluation. This request emphasizes the importance of past experience in securing new contracts, ensuring that Offerors demonstrate their capacity to fulfill the requirements set forth in the RFP based on previous successful engagements.
    The HHS Industry User Guide for Subcontracting Plan Reviews outlines the procedures for vendors to submit subcontracting plans for evaluation by the Department of Health and Human Services (HHS). Vendors can access their plans through the SBCX account portal, where they will find sections for project summaries, subcontracting goals, document uploads, and communication with contracting officials. To complete a subcontracting plan, vendors must identify the plan type, report eligible subcontracting dollars, provide necessary goal data, and specify the Subcontracting Program Administrator. Additionally, they are required to describe inclusion efforts for small businesses and certify the plan's completion and compliance. After submission, a PDF version of the plan is available, and contracting officers may request revisions if needed. The evaluation process involves three approvers—Contracting Officer, Small Business Specialist, and SBA Procurement Center Representative. Support for technical issues is offered via email. This guide is essential for ensuring that vendors meet subcontracting goals while adhering to federal regulations in the context of RFPs and grants.
    This government request for proposal (RFP) outlines the U.S. Department of Health and Human Services' need for Pegfilgrastim 6MG/.06ML (inj, soln, syr, or autoinjector) and vendor-managed inventory (VMI) services, designed to support national preparedness against public health emergencies. The procurement will take place over a five-year period, including a one-year base period and four optional ordering periods. The contract anticipates a combination of firm-fixed price and time-and-material services, with a projected initial quantity of 18,300 units, increasing in subsequent years based on public health needs. The contractor must ensure compliance with FDA regulations and maintain a secure, temperature-controlled environment for inventory. The contractor is tasked with managing inventory effectively through VMI practices, ensuring sufficient stock levels and quality control within defined timelines. Shipping and transportation services for the products must align with stringent federal guidelines, emphasizing the importance of rapid deployment potential in emergencies. Overall, this solicitation underscores the federal government's commitment to maintaining robust health security capabilities and optimizing supply chain efficiency for essential pharmaceuticals.
    The document outlines the Offeror Representations and Certifications for Commercial Products and Services, specifically focusing on the necessary certifications and compliance related to federal contracting. It requires Offerors to either confirm their annual certifications in the System for Award Management (SAM) or provide detailed representations concerning their business status, such as small business and veteran-owned classifications. Key definitions include small disadvantaged businesses, economically disadvantaged women-owned small businesses, and service-disabled veteran-owned small businesses, among others. The provision mandates disclosures regarding business operations, particularly concerning controversial areas like child labor, restricted operations in Sudan, and non-compliance with telecommunications regulations. It also includes stipulations about the "Buy American" requirements and certifications related to federal tax compliance and criminal convictions. The primary purpose of this document is to establish a baseline of representations and certifications necessary for Offerors participating in federal contracts, ensuring transparency and compliance with federal regulations, while also promoting socioeconomic goals within government procurement processes. It serves as a framework to verify the eligibility of contractors based on various criteria pertinent to federal funding, ensuring that the government contracts with responsible and qualified entities.
    This document serves as a Solicitation Q&A Sheet for a government Request for Proposals (RFP). It is designed for contractors to submit questions concerning the RFP, with a structured format to capture pertinent details such as the section, page, and specific questions raised by the vendors. Each contractor's inquiry is followed by a government response that is highlighted in blue for clarity. The file contains multiple sections where questions and responses can be filled in, indicating ongoing interactions between the government and vendors regarding the RFP process. The purpose of this document is to ensure transparency and facilitate clear communication between the government and potential contractors, thereby enhancing the overall efficiency and effectiveness of the procurement process. By consolidating all questions and providing unified responses, the government aims to create an equitable environment for all vendors involved. Overall, this Q&A Sheet plays a crucial role in ensuring that all parties have a clear understanding of the RFP stipulations and expectations.
    This document outlines a pricing template for the procurement of Pegfilgrastim and related services through a federal government solicitation. The contract spans a base year from September 30, 2024, to September 29, 2025, with options for additional quantities and services extending through September 2029. Key components include the delivery of Pegfilgrastim injection solutions, vendor-managed inventory (VMI) services, and transportation services, all categorized under various Contract Line Item Numbers (CLINs). Each CLIN specifies quantity, pricing structure (firm fixed price or time and materials), and references a Statement of Work (SOW). The document delineates base quantities starting with 18,300 units, with potential increases in subsequent optional periods, reaching up to 60,300 units. The purpose of the RFP is to secure essential pharmaceutical supplies and services, illustrating the federal commitment to managing healthcare resources efficiently. This structured approach ensures clear financial expectations while adhering to procurement standards necessary for government contracts.
    Lifecycle
    Title
    Type
    Pegfilgrastim with VMI
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    6505--Prasugrel HCL 5mg and 10mg 30 Count Bottles
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement of Prasugrel Hydrochloride (HCL) tablets in 5mg and 10mg 30 count bottles. The procurement aims to establish a reliable supply chain for these pharmaceutical products, which are critical for the healthcare of veterans and related agencies, ensuring compliance with federal regulations and the Drug Supply Chain Security Act (DSCSA). Offerors must provide pricing for a base year and four optional one-year periods, demonstrate manufacturing and distribution capabilities, and adhere to stringent reporting and safety standards. Interested contractors should contact Contract Specialist Matthew S. Poulin at Matthew.Poulin@va.gov for further details regarding the solicitation process.
    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.
    Q517--Hazardous Compounding
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for hazardous compounding services to support the Gulf Coast Veterans Health Care System, specifically for providing compounded hazardous chemotherapy agents at its facilities in Biloxi, MS, and Pensacola, FL. The contract will be structured as a firm-fixed price, indefinite-delivery, indefinite-quantity agreement, with a base period from October 1, 2024, to September 30, 2025, and the option for four additional one-year extensions. This procurement is critical for ensuring the timely and compliant delivery of essential medical treatments to veterans, adhering to FDA and USP standards while emphasizing quality assurance and regulatory compliance. Interested contractors should submit their proposals and past performance questionnaires by 12 PM CT on September 20, 2024, and can direct inquiries to Contracting Officer Tina L. Harris at Tina.Harris3@va.gov.
    Nitrile and Vinyl Glove Testing
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking proposals for laboratory testing services of disposable nitrile and vinyl examination gloves through a combined synopsis/solicitation (RFP 75A50324Q00016). The objective of this procurement is to validate these gloves to ensure compliance with applicable ASTM and ISO standards, which is critical for safeguarding healthcare workers and patients from infection risks. This testing initiative is part of a broader effort to maintain resilience in U.S. healthcare during emergencies by ensuring the availability of effective personal protective equipment. Proposals are due by September 20, 2024, for a Firm Fixed Price contract lasting from September 28, 2024, to April 27, 2025. Interested parties can contact Lawrence McCoy at Lawrence.Mccoy@hhs.gov for further information.
    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.
    Chemistry, Manufacturing and Controls and Related Services for Development of Drug Substances
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Chemistry, Manufacturing, and Controls (CMC) services related to the development of drug substances. The primary objective is to ensure the Division of Preclinical Innovation (DPI) receives drug substances of adequate quality and quantity to support preclinical and Investigational New Drug (IND)-enabling studies, adhering to current Good Manufacturing Practice (cGMP) standards. This procurement is crucial for advancing therapeutics from preclinical stages to market readiness, emphasizing a multidisciplinary approach and compliance with regulatory requirements throughout the drug development pipeline. The Request for Proposals (RFP) is expected to be released on or about October 4, 2024, with contract awards anticipated in the second quarter of FY2025. Interested parties may contact Samson Shifaraw at samson.shifaraw@nih.gov for further information.
    Automated Liquid Handling Systems– Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two automated liquid handling systems, either brand name or equal, to support the Vaccine Production Program (VPP) at the National Institute of Allergy and Infectious Diseases (NIAID). These systems are critical for high-throughput, microscale protein purification and product characterization, which are essential for developing vaccines against various pathogens, including HIV and SARS-COV-2. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
    COVID-19 PRF and UIP Close-out Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Health Resources and Services Administration (HRSA), is seeking to award a firm fixed price contract for COVID-19 Provider Relief Fund (PRF) and Uninsured Program (UIP) close-out services. The primary objective of this procurement is to finalize activities related to the UIP, ARP Rural, and PRF programs, which includes processing payment returns, supporting healthcare providers, and addressing legal and audit inquiries as these programs wind down. This contract is crucial for ensuring a smooth transition and continuity of services during the ongoing COVID-19 response, utilizing existing contractor systems to minimize operational disruptions. Interested parties may submit their capabilities to Dave Archibald at HRSA by the specified deadline, with the anticipated service commencement set for October 2024 and the contract structured for a six-month base period with two optional twelve-month extensions.
    RRPV Solicitation Summary: On-Demand Manufacturing
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (ASPR) through the Biomedical Advanced Research and Development Authority (BARDA), is seeking proposals for the "On-Demand Manufacturing" initiative under the Rapid Response Partnership Vehicle (RRPV) Consortium. The objective of this solicitation is to advance manufacturing technologies that enhance access and enable the rapid, cost-effective, and flexible production of vaccines and other biologics through decentralized manufacturing strategies. This initiative is crucial for improving the responsiveness of the healthcare system in times of need, particularly in the context of public health emergencies. Interested parties can find more information and access the full Request for Project Proposals (RPP) at the RRPV website, and inquiries can be directed to Rebecca Harmon at rebecca.harmon@ati.org.
    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.