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
    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
    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.
    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.
    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.
    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
    National Immunization Survey - Child Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a bridge contract for the National Immunization Survey covering the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to continue essential data collection and analysis related to immunization rates among children, which is critical for public health monitoring and policy-making. The contract was issued under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the justification for this non-competitive award will be available for review for 30 days following the award date. For further inquiries, interested parties can contact Joshua Houston at pkf5@cdc.gov.
    National Immunization Survey - Flu Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to continue the National Immunization Survey through a bridge contract for the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to ensure the timely collection and analysis of immunization data, which is critical for public health decision-making and policy formulation. The justification for this contract was made under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the associated Justification and Approval for Other Than Full and Open Competition (JOFOC) will be available for review for 30 days following the contract award. For further inquiries, interested parties may contact Joshua Houston at pkf5@cdc.gov.
    National Immunization Survey - Teen Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a bridge contract for the National Immunization Survey - Teen for Q2-Q4 2023 to the National Opinion Research Center (NORC). This contract, awarded under the authority of FAR 6.302-2 due to unusual and compelling urgency, aims to continue essential data collection and analysis related to teen immunization rates. The justification for this contract is being made available in accordance with federal regulations, highlighting the importance of timely data for public health initiatives. For further inquiries, interested parties can contact Joshua Houston at pkf5@cdc.gov, with the justification document available for review for 30 days following the contract award.
    Geneious Prime Enterprise Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 2025.
    Notice of Intent to Sole Source Modification of Contract to Quest Diagnostics, Inc.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a non-competitive modification to an existing contract with Quest Diagnostics, Inc. This modification aims to expand the scope of the contract to include access to de-identified antibody results from previously tested specimens, focusing on individuals with immunocompromising conditions as part of the CDC's Multistate Assessment of SARS-CoV-2 Seroprevalence in Commercial Laboratory Survey (MASS-C) Study. The contract modification is crucial for estimating the prevalence of SARS-CoV-2 infections and vaccinations across various demographics and geographic locations, utilizing existing data rather than incurring additional costs for new specimen collection. Interested parties may submit responses to this notice within 15 days to the primary contact, Liz Cole-Greenblatt, at qst7@cdc.gov, although the government retains discretion over whether to pursue competitive procurement.
    LSJ for DHIS Management and Consulting Services MOD 00002
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. The modification, labeled as MOD 00002, aims to increase the level of effort for Task 4.4.4 and reclassify Task 4.4.5 as an optional task for both base and option periods, reflecting the need for enhanced support due to the involvement of multiple stakeholders in related programs. This procurement is crucial for the effective management of the CDC Data Hub and Electronic Case Reporting initiatives, ensuring that the necessary resources are allocated to meet the demands of these programs. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493, or Lauren Peel at ijt9@cdc.gov or 770-488-2649 for further information regarding this opportunity.
    GMP Manufacturing of CDC FluSC2 Multiplex EUA Kit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a contract for the GMP manufacturing of the CDC FluSC2 Multiplex EUA Kit to Biosearch Technologies, Inc. This contract, valued at $399,993, entails the production of 1,020 vials of oligonucleotide primers and probes, adhering to Good Manufacturing Practices (GMP) as defined under 21 CFR 820, with a required delivery date of September 25, 2023. The specific internal BHQnova quencher design of the probes is critical for the diagnostic assay, which has received Emergency Use Authorization (EUA) from the FDA, and no other suppliers have been identified that can meet these stringent requirements. For further inquiries, interested parties may contact Mark Draluck at syq1@cdc.gov or Devin Barich at uca9@cdc.gov.
    J&A Procurement of Smallpox (Mpox) Vaccine for the Strategic National Stockpile
    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 to procure additional doses of the JYNNEOS™ vaccine for the Strategic National Stockpile in response to the ongoing monkeypox outbreak. The procurement aims to rapidly secure 11 million doses of the vaccine by utilizing existing bulk drug substance and to enhance manufacturing capacity through technology transfer to contract manufacturing organizations. The JYNNEOS™ vaccine is critical as it is the only licensed vaccine for both smallpox and monkeypox, making it essential for public health preparedness. Interested parties can contact Yifan Yang at yifan.yang@hhs.gov, with the total estimated value of the contract modification being $992,400,000.
    Request for Information - Software Licenses for Digital Evaluation and Analysis
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking responses to a Request for Information (RFI) for software licenses related to a digital evaluation and analysis platform. The objective is to procure license subscription access that enables rapid, remote user testing on both desktop and mobile platforms, incorporating various testing methodologies, including unmoderated and moderated tests with participants from a Contributor Network of public health professionals. This platform is crucial for enhancing the usability of CDC digital content and must comply with IT security, PII, and Section 508 accessibility standards. Interested vendors should submit their responses, including company information and comments on the draft Statement of Work, by January 7, 2026, and can direct inquiries to Jennifer Gartzke at xuy7@cdc.gov or by phone at 404-498-0020.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for "Serological Assays for the Detection and Characterization of Influenza Viruses." The procurement aims to secure services for performing Hemagglutinin Inhibition (HAI) assays on approximately 6,000 human samples annually, with the potential for surge support up to 10,500 tests, alongside the development of new high-throughput serology assays. This initiative is crucial for enhancing the CDC's capabilities in monitoring and responding to influenza outbreaks. Interested parties should note that the solicitation has been reopened, with key deadlines extended, and are encouraged to contact Jennifer Gartzke at jgartzke@cdc.gov for contractual inquiries. The contract will span a base period of 12 months with four additional option years, and all work must comply with Section 508 accessibility standards.