Notice of Intent to Sole Source: Allergen Extract Supplies
ID: W81K04-25-R-A010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-5074, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document outlines a detailed request for proposals (RFP) or grant submissions related to a comprehensive list of plant species, food items, allergens, and associated testing materials. Each entry specifies the common name, requested concentration, and classification type (A for allergens, G for general, R for raw). The list covers a wide range of flora, food substances, and human serum products intended for various testing applications. Notably, there are specific notes on supply shortages for some items, indicating potential challenges in sourcing. Additional sections detail related testing materials, including caps, vials, shipping containers, and antigen preparations, indicating a focus on rigorous testing and evaluation protocols. The context of managing allergies and food-related health issues is emphasized throughout, highlighting the document’s relevance to public health and safety initiatives. This summary illustrates the document's intent as part of federal and state efforts to secure supplies and materials critical for health and environmental assessments.
    The Health Readiness Contracting Office at Fort Sam Houston, Texas, issued a Notice of Intent (NOI) to pursue a Sole Source Award for allergen extract stock solutions and related supplies for the United States Army Centralized Allergen Extract Laboratory. The contract will be awarded under FAR 6.302-1, permitting solicitation from a single source, and is anticipated to have a value of $1.8 million for a five-year period starting August 16, 2025, with an option for a six-month extension. Eligible contractors must be FDA-approved and comply with specific regulatory guidelines. Submissions expressing interest are due by March 4, 2025. This NOI serves strictly informational purposes and does not constitute a formal solicitation; the discretion to pursue competitive procurement lies solely with the government. Interested parties must meet the outlined manufacturing specifications, including the ability to supply at least 98% of required allergen extracts without deviations.
    The Health Readiness Contracting Office intends to execute a Sole Source Award for allergen extract stock solutions and related supplies to support the United States Army Centralized Allergen Extract Laboratory (USACAEL) at Fort Meade, MD. This procurement, under FAR 6.302-1 and 10 U.S.C. 3204 (c)(1), will involve a Firm Fixed Price contract valued at approximately $1.8 million, with a performance period from August 16, 2025, to August 15, 2030, and a potential 6-month extension. The contractor must meet stringent requirements, including FDA approval and compliance with USP regulations. Interested parties must respond to the notice by a specified deadline, demonstrating the ability to supply at least 98% of the requested allergen extracts. The notice serves as an informational alert and does not constitute a formal solicitation for proposals, emphasizing the government’s sole discretion in determining competition necessity. Responses to the notice should be directed to designated email contacts within specified timelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fexofenadine HCL Follow On MOD P00002
    Buyer not available
    Special Notice: DEPT OF DEFENSE - DEFENSE LOGISTICS AGENCY is seeking Fexofenadine HCL Follow On MOD P00001. Fexofenadine HCL is a drug used to relieve symptoms of seasonal allergies such as runny nose, sneezing, itchy or watery eyes, and itching of the nose or throat. This procurement is for NDC changes. For more information, please contact Catherine Gilbert at catherine.gilbert@dla.mil or 2157374778.
    Fexofenadine HCL Follow On
    Buyer not available
    Special Notice DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is procuring Fexofenadine HCL Follow On. Fexofenadine HCL is typically used as an antihistamine to relieve allergy symptoms such as watery eyes, runny nose, itching eyes/nose, sneezing, hives, and itching.
    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.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is soliciting quotations for pharmaceutical agents as part of its Pharmacy Uniform Formulary Blanket Purchase Agreement and Additional Discount Program, managed by the Defense Health Agency (DHA). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the selection and classification of pharmaceutical agents based on clinical and cost-effectiveness for military beneficiaries. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting, scheduled for May 7-8, 2025, will review specific drug classes, including Breast Cancer Agents and Targeted Immunomodulatory Biologics, with quotes due by March 20, 2025. Interested vendors should direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil for further details.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    Service Maintenance for the Government-owned ENT Fusion Navigation System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract to Medtronic USA, Inc. for service maintenance and repair of the Government-owned ENT Fusion Navigation System located at Evans Army Community Hospital in Ft Carson, Colorado. This procurement aims to ensure the continued operational readiness of critical medical equipment essential for ENT procedures. The contract will be a Firm-Fixed-Price type, with an expected award date by May 25, 2025, and is classified under NAICS code 811210, which pertains to Electronic and Precision Equipment Maintenance, with a size standard of $34 million. Interested parties may submit capability statements or proposals for consideration, and should direct inquiries to Lornia Villalobos at lornia.j.villalobos.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@health.mil.
    NOTICE OF INTENT TO SOLE SOURCE FOR PREVENTATIVE MAINTENANCE SUPPORT AND REPAIRS OF Alpha/Beta Counters
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Special Notice regarding its intent to sole source preventative maintenance support and repairs for Alpha/Beta Counters at Aberdeen Proving Ground in Maryland. The procurement aims to ensure the operational readiness and reliability of these critical laboratory instruments, which are essential for various testing and analysis functions within military operations. Interested vendors should note that the primary contact for this opportunity is Ike Wright, who can be reached at ike.a.wright2.civ@army.mil for further inquiries. Additional details regarding funding amounts and deadlines have not been specified in the available information.
    Chlorhexidine Gluconate (CHG) Applicators, Procedural
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to supply Chlorhexidine Gluconate (CHG) Applicators, Procedural, as part of a Combined Synopsis/Solicitation. Vendors are required to submit detailed pricing and product specifications, including compliance with the Qualified Suppliers List (QSL) and adherence to the Distribution and Pricing Agreement (DAPA), to support Military Treatment Facilities (MTFs) across various branches of the military. This procurement action is crucial for standardizing medical supplies and ensuring efficient healthcare delivery within the defense sector, with an estimated annual demand valued at approximately $812,275.77. Interested vendors must submit their proposals by March 6, 2025, and can direct inquiries to Mr. Arthur B. Redmond at arthur.b.redmond.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    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.
    ACC-APG Natick Division FY25 Upcoming Aquisitions
    Buyer not available
    The Department of Defense, through the ACC-APG Natick Division, is announcing upcoming acquisitions for Fiscal Year 2025, aimed at enhancing capabilities related to chemical, biological, radiological, and nuclear defense. The procurement includes a variety of requirements such as the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance, with contract values ranging from $110,032 to $49,201,610. These acquisitions are crucial for supporting the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) in its mission to ensure national security. Interested contractors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further details, as the tentative award dates are set for early 2025.