Custom Labels Requirement
ID: PR91914Type: Sources Sought
Overview

Buyer

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

NAICS

Medical Laboratories (621511)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 2:00 PM UTC
Description

The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to procure custom labeling materials through a sole-source contract with Multisystems Inc. This procurement involves specialized RM 66171 Clear PolyPro labels and Thermal Transfer Ribbon Wax/Resin, which are essential for labeling specimen tubes that must endure extremely low temperatures. The labels are critical for the CDC's dengue research specimen handling and must meet specific requirements, including compatibility with the ZT 230 Printer and compliance with CLIA regulations. Interested parties are encouraged to express their capability to fulfill these requirements by April 4, 2025, and should contact Ashley Williams at dal3@cdc.gov or Sheena Delaine at kpz5@cdc.gov for further information.

Point(s) of Contact
Ashley Williams
dal3@cdc.gov
Sheena Delaine
kpz5@cdc.gov
Files
Title
Posted
Mar 25, 2025, 5:05 PM UTC
The document outlines the justification process for a sole source procurement under $250,000 by the Centers for Disease Control and Prevention (CDC) for customized labels used in dengue research specimen handling. The sole source acquisition requires detailed justification, following FAR regulations, and is initiated by the CDC's Dengue Branch. The proposed vendor, Multisystems, Inc., is uniquely capable of supplying thermal printing and cryo-stable labels specifically designed for the CDC's needs, including compliance with CLIA regulations. The urgency of the requirement stems from the specialized nature of the labels, which must withstand extreme temperatures during specimen storage. Alternatives were considered, but they did not meet the specific size and functional requirements essential for the laboratory’s operations. The justification highlights that Multisystems provides unique, tailored solutions that align with the CDC's workflow, thus supporting the necessity for sole source procurement. This document serves to ensure compliance with government procurement policies, reinforcing the need for specialized supplies in critical research environments while underlining the importance of efficiency and continuity in public health initiatives.
Mar 25, 2025, 5:05 PM UTC
The Centers for Disease Control and Prevention (CDC), through its National Center for Emerging and Zoonotic Infectious Diseases (NCEZID), intends to issue a sole-source contract with MULTISYSTEMS INC. for the acquisition of specialized labeling materials and thermal transfer ribbons. This procurement includes RM 66171 Clear PolyPro labels (3.75” x 4.375”) and Thermal Transfer Ribbon Wax/Resin, both of which are crucial for labeling specimen tubes at extremely low temperatures. The labels must be pre-printed in white, require two passes of UV treatment, and be compatible with the ZT 230 Printer used in their laboratories. Delivery is planned in three batches, with specific quantities required by April, June, and August of 2025. The announcement specifies that the government seeks to negotiate with only one source under FAR regulations, but encourages other interested parties to express their capability to fulfill the requirements by April 4, 2025. This notice highlights the CDC's operational needs for cryo-stable labeling solutions critical for their laboratory processes.
Lifecycle
Title
Type
Custom Labels Requirement
Currently viewing
Sources Sought
Similar Opportunities
ADULT COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking proposals for one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts to purchase U.S.-licensed COVID-19 vaccines specifically for adults aged 19 and older. The objective of this procurement is to leverage Section 317 vaccine purchase funds to acquire vaccines at prices lower than those available in the commercial market, thereby supporting state and local health departments in immunizing populations at risk of under-vaccination. This initiative is crucial for enhancing adult immunization coverage and ensuring effective public health practices, as the awarded vaccines will be distributed to health departments and programs across the United States, including territories. Interested suppliers should contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details, with a maximum procurement potential of 10 million doses and specific ordering requirements outlined in the solicitation documents.
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.
Custom Labels
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking small business contractors to provide customized labels for its Laboratory Division. The labels must meet specific criteria, including being tear-resistant, able to withstand extreme temperatures, and compatible with Zebra printers and scanners, as they are essential for labeling various containers used in laboratory processes. This Request for Information (RFI) is intended for market research purposes only, allowing the FBI to assess vendor capabilities and inform future procurement strategies. Interested parties should submit their capabilities, product samples, and relevant qualifications to Adelle Bolton at albolton@fbi.gov by the indicated deadlines, noting that responses are voluntary and at the respondent's expense.
PEDIATRIC COVID-19 2025-2026
Buyer not available
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.
76--LABEL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of labels under solicitation number NSN 7690015713597. The requirement includes a quantity of 17 units, with delivery expected within 44 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. These labels are critical for various logistical operations and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
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.
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 the unique health needs of these individuals are met effectively. This initiative is critical for supporting the ongoing health and well-being of survivors, as it is authorized under the James Zadroga 9/11 Health and Compensation Act of 2010. Proposals are due by May 5, 2025, with a question-and-answer phase concluding on April 11, 2025; interested parties can contact Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov for further information.
Purchase a Direct to Substrate Printer with Maintenance or Warranty for 60 months
Buyer not available
The Defense Logistics Agency (DLA) is seeking to procure a Direct to Substrate printer along with maintenance or warranty services for a duration of 60 months. The printer will be utilized for producing color labels on Avery 2900 face film, which is essential for labeling various printed products. This procurement is part of a broader effort to enhance the DLA's document services capabilities, and it is open to full and open competition following recent amendments. Interested vendors must submit their quotes and all required documentation by April 25, 2025, at 10:00 AM EST, and can direct inquiries to David Purvis at david.1.purvis@dla.mil or by phone at 717-770-4906.
Specimen Container Peel Pack
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.