Notice of Intent to Sole Source - QuidelOrtho Corporation
ID: 00546Type: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 4:00 PM UTC
Description

The Centers for Disease Control and Prevention (CDC) intends to award a sole source contract to QuidelOrtho Corporation for a service agreement related to the VITROS 3600 Immunodiagnostic system. This procurement includes essential services such as the provision of reagents, calibrators, controls, and consumables, as well as repairs, labor, and travel incurred during service calls, along with one annual preventive maintenance and on-site technical support. The VITROS 3600 system plays a critical role in the laboratory's operations within the Division of Viral Hepatitis, ensuring accurate diagnostic capabilities. Interested vendors with relevant expertise are encouraged to submit their capabilities and pricing information to Leyla Campbell at LCampbell@cdc.gov by February 6, 2025, at 11:00 AM ET, as the government will consider all submissions to determine if competitive procurement is warranted.

Point(s) of Contact
Leyla Campbell
LCampbell@cdc.gov
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
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.
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
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.
Notice of Intent to sole source for the Chemiluminescent immunoassay (CLIA) kits compatible with the government’s current CLIA instrumentation for the Brooke Army Medical Center (BAMC).
Buyer not available
The Department of Defense, specifically the US Army Medical Command, intends to establish a sole-source contract with Diasorin, Inc. for the procurement of Chemiluminescent immunoassay (CLIA) kits compatible with the existing CLIA instrumentation at the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. This contract aims to secure a cost-per-kit agreement that includes essential reagents, consumables, and controls necessary for conducting a range of infectious disease tests, thereby enhancing diagnostic efficiency and improving patient care through quicker and more accurate results. The total contract value is projected at $5,640,183.50 over a base year and four option years, with the contract initiation planned for October 1, 2025, pending funding availability. Interested parties can reach out to Medina L. Woodson at medina.l.woodson.civ@health.mil or by phone at 210-539-8525 for further inquiries.
6550--BD MGIT Mycobacterium
Buyer not available
The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) for the BD Bactec MGIT 960 Mycobacterial Detections System, which is crucial for automated Tuberculosis testing across various VISN 1 facilities. This procurement encompasses a five-year agreement that includes the provision of necessary instrumentation, supplies, reagents, maintenance services, and training for VA personnel, ensuring uninterrupted laboratory operations and compliance with regulatory standards. The selected contractor will be responsible for delivering FDA-approved equipment capable of efficiently processing Mycobacterium tuberculosis samples while maintaining stringent security and operational standards. Interested vendors must submit their responses to Contract Specialist Sarah Otis at Sarah.Otis@va.gov by April 25, 2025, as this is a sole source procurement with no solicitation currently available.
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.
Sources Sought Notice- Reagents for Chemisty Immunoassays Test
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - West (MRCO-W), is seeking sources for a contract involving the supply of reagents for chemistry and immunoassay testing, along with the lease of two chemistry analyzers and two immunoassay analyzers. The procurement aims to enhance diagnostic capabilities at the William Beaumont Army Medical Center (WBAMC) by providing a customizable laboratory track line, which includes essential modules such as centrifuges, cappers, and a deionized water unit, ensuring reliable and efficient patient care. Interested vendors must submit tailored capability statements and relevant documentation by April 17, 2025, at 10 AM (MST) to the designated contacts, Fabiola Palma-Trujillo and Robyn Villafranco, via email. This opportunity is part of the government's market research and does not constitute a commitment to contract.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.