PEDIATRIC COVID-19 2025-2026
ID: 75D30125R00116Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

The Centers for Disease Control and Prevention (CDC) is seeking to award contracts for the procurement of U.S.-licensed pediatric COVID-19 vaccines as part of the Vaccine for Children (VFC) program. The initiative aims to ensure that eligible children under 18 years of age, particularly those who are Medicaid-eligible, uninsured, American Indian/Alaska Native, or inadequately insured, receive vaccines at reduced costs, thereby promoting effective immunization practices. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price delivery orders, emphasizes compliance with FDA regulations, strict delivery timelines, and the maintenance of vaccine integrity throughout the procurement process. Interested manufacturers can contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details regarding this opportunity.

Point(s) of Contact
Brian Swann
qty0@cdc.gov
James Sprigler
zbs6@cdc.gov
Files
Title
Posted
Apr 8, 2025, 7:08 PM UTC
The document outlines a federal request for proposals (RFP) related to pediatric COVID-19 vaccinations targeting children and adolescents aged 0 to 18 years. It specifies the details of the vaccine item, including the minimum order size of 100 doses and an estimated maximum availability of 15 million doses. Each dose is subject to a federal excise tax of $0.75. The structured information provided is crucial for potential suppliers to understand order requirements and pricing expectations. This RFP serves as a mechanism for the government to procure vaccinations essential for public health initiatives, demonstrating a commitment to combatting COVID-19 among younger populations while ensuring that comprehensive vaccine options are accessible. The document’s structure emphasizes the necessity and scope of pediatric vaccinations, facilitating organized responses from vendors in light of public health imperatives.
Apr 8, 2025, 7:08 PM UTC
The Authorized Distributor of Record (ADR) Agreement establishes a formal relationship between the Centers for Disease Control and Prevention (CDC) and a manufacturer or supplier, designating the CDC as an ADR in accordance with the Prescription Drug Marketing Act (PDMA) of 1988 and relevant regulations. The agreement requires the supplier to confirm which specific pharmaceutical products the CDC is authorized to distribute, either through a complete product line designation or by listing specific items with their corresponding FDA National Drug Code (NDC) numbers. Valid for an indefinite period, the agreement can be terminated by either party with a written notice 90 days in advance. It emphasizes that this agreement does not create any sales obligations or alter existing agreements between the parties. By signing, both the CDC and the manufacturer acknowledge their understanding and commitment to the outlined terms. The attached product list identifies the vaccines authorized for distribution, underscoring the importance of compliance with relevant laws and the roles within their business relationship.
Apr 8, 2025, 7:08 PM UTC
The Centers for Disease Control and Prevention (CDC) seeks to award contracts for U.S.-licensed COVID-19 pediatric vaccines as part of the Vaccine for Children (VFC) program. This initiative ensures that eligible children (under 18) receive vaccines at reduced costs, primarily targeting those who are Medicaid-eligible, uninsured, American Indian/Alaska Native, or have inadequate insurance coverage. The contracts are designed to utilize VFC funds to procure vaccines efficiently while ensuring proper immunization practices. The contract type is Indefinite Delivery Indefinite Quantity (IDIQ), incorporating a Fair Opportunity Process for order placement based on factors such as clinical appropriateness and available federal/state funding. Key specifications include a minimum 12-month shelf life for vaccines, strict delivery timelines, and compliance with FDA regulations. Amendments to the contract will be made as per any modifications to relevant statutes, ensuring adaptability to changes in vaccine recommendations. The document sets clear guidelines on ordering, delivery requirements, and the prohibition of data misuse by manufacturers, placing a strong emphasis on maintaining vaccine integrity and safety throughout the procurement process. This initiative underscores the government's commitment to children's health and effective disease prevention through immunization.
Apr 8, 2025, 7:08 PM UTC
The document outlines a solicitation by the Centers for Disease Control and Prevention (CDC) for contracts involving the purchase of U.S.-licensed or authorized pediatric COVID-19 vaccines. The goal is to provide cost-effective vaccines through the Vaccine for Children (VFC) program, which ensures access for qualifying children aged 18 and younger across different eligibility categories, including Medicaid-eligible and uninsured children. The contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price delivery orders. Vaccine orders will be placed electronically via the Vaccine Tracking System (VTrckS), with a focus on fair opportunity based on clinical appropriateness, recommendations from medical advisory committees, and available funding. The contractor is responsible for adhering to strict packaging, delivery, and documentation requirements to ensure compliance with regulatory standards. Additionally, there are strong prohibitions against promotional practices related to vaccine distribution, maintaining rigorous controls on communication and interactions with healthcare providers. The emphasis on collaboration between the CDC, manufacturers, and health departments highlights the need for accessible immunization against COVID-19 to enhance public health significantly.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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 seeking proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The contract will involve performing hemagglutination inhibition (HAI) assays on approximately 6,000 human serum samples annually, with the potential for increased testing capacity during outbreaks, and aims to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities, ensuring high-throughput testing services, and fostering innovation in serological assay methods. Interested parties should note that the solicitation is currently suspended, and inquiries should be directed to Vic Veguilla at the CDC via email at jgartzke@cdc.gov for further information.
Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the Survivor Clinical Center of Excellence (CCE) to provide healthcare services to eligible survivors of the September 11, 2001, terrorist attacks in the New York Metropolitan Area. The contract aims to deliver comprehensive health monitoring, diagnosis, and treatment services, ensuring that survivors receive the necessary care for health conditions related to their exposure during the attacks. This initiative is critical for supporting the ongoing health needs of over 132,000 enrolled members under the World Trade Center Health Program, emphasizing the importance of effective healthcare delivery and compliance with federal regulations. Proposals are due by May 5, 2025, with a question-and-answer phase closing on April 11, 2025. Interested parties can contact Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov for further information.
World Trade Center Health Program - Outreach and Education
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking contractors for the World Trade Center Health Program's Outreach and Education initiative. The primary objective is to implement targeted outreach, education, and support services for 9/11 survivors and responders, enhancing awareness and access to health benefits related to their exposure. This program is crucial for addressing the long-term health impacts of the September 11 attacks, as it currently serves over 125,000 members and aims to increase enrollment among the estimated 400,000 individuals affected. Interested contractors should note that the solicitation number is 75D30125Q00092, with a contract period from June 15, 2025, to June 14, 2030, and inquiries can be directed to Lauren Peel at ijt9@cdc.gov or Joseph Jones at zjb2@cdc.gov.
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
6505--Emtricitabine/Tenofovir Disoproxil Fumarate Tablets
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Emtricitabine 200mg/Tenofovir Disoproxil Fumarate 300mg Tablets, which will serve various federal health entities including the Department of Defense, Bureau of Prisons, Indian Health Service, and Federal Health Care Center. The contract aims to ensure an uninterrupted supply of this essential medication for a period of one year, with options for four additional one-year terms, emphasizing the VA's commitment to maintaining critical pharmaceutical supplies. The estimated annual requirement is approximately 91,583 bottles, and interested offerors must ensure their product has a unique National Drug Code (NDC) and complies with specific packaging requirements, including safety caps. The solicitation is expected to be issued electronically on or around April 26, 2025, with a response deadline of May 13, 2025; inquiries can be directed to Deb Fassl at Deborah.Fassl@va.gov.
RRPV Solicitation Summary: Central Influenza and Emerging Infectious Diseases Vaccine Immunogenicity Laboratory Services
Buyer not available
The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is seeking proposals for the establishment of a Central Influenza and Emerging Infectious Diseases Vaccine Immunoassay Laboratory. This initiative aims to enhance national health security by facilitating the rapid development of vaccines in response to potential pandemics, with a focus on conducting immunoassays to support vaccine research and clinical trials. The successful offeror will play a critical role in strengthening biodefense infrastructure by providing standardized laboratory services, with proposals due by May 30, 2025, and questions accepted until April 24, 2025. Interested parties can contact Rebecca Harmon at rebecca.harmon@ati.org for further information.
6505--Bulk Order Impavido (miltefosine)
Buyer not available
The Department of Veterans Affairs is seeking to procure a bulk order of Impavido (miltefosine) through a sole source contract with Profounda, Inc., which holds exclusive licensing rights for this medication in the U.S. This procurement is essential for treating a Veteran suffering from Disseminated Cutaneous Acanthamboeba, as no alternative treatments are available. The contract period is set from May 1, 2025, to October 30, 2025, with an estimated cost of $299,700, and interested parties must respond by April 23, 2025, at 1:00 PM Pacific Time. For further inquiries, potential suppliers can contact Jose E Ronstadt at jose.ronstadt@va.gov or by phone at 360-852-9885.
6505--Acyclovir Capsules (VA-25-00048078)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of Acyclovir Capsules, specifically 200MG capsules in two packaging sizes, to support the healthcare needs of veterans. The solicitation includes two line items: Line Item 1 requires 3,256 bottles of 100 capsules per bottle, and Line Item 2 requests 15,475 bottles of 500 capsules per bottle, with the same quantities needed for the base year and each of the four option years. This procurement is crucial for ensuring a reliable supply of essential pharmaceuticals for veterans, emphasizing the importance of compliance and competition within the pharmaceutical supply chain. Interested suppliers must submit their pricing proposals by May 1, 2025, and can contact Contracting Officer Andrew Cazares at andrew.cazaeres@va.gov or (708) 786-4990 for further details.
World Trade Center Health Program Third-Party Administrator (TPA)
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to manage the World Trade Center (WTC) Health Program. The TPA will be responsible for processing enrollment applications, managing provider networks, administering medical benefits, and handling claims for individuals affected by the September 11 attacks. This program is crucial for providing healthcare services to approximately 132,000 members, ensuring they receive necessary medical monitoring and treatment for WTC-related conditions. Interested offerors must submit their proposals by April 11, 2025, with a pre-proposal conference scheduled for January 22, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.