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
Dynex Agility Maintenance Agreement
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified vendors for a Dynex Agility Maintenance Agreement, which focuses on annual maintenance for a specific Dynex Agility unit. This procurement requires certified technicians to ensure compliance with original equipment manufacturer (OEM) warranty standards and will be conducted under simplified acquisition procedures for a 12-month period. The Dynex Agility system is critical for performing ELISA serological tests, and Dynex Technologies, Inc. is the sole source provider due to their exclusive knowledge and capability to deliver necessary support and maintenance. Interested parties must submit their responses by April 3, 2025, to the designated contacts, Ashley Williams and Sheena Delaine, via email, as this notice serves to gauge interest and capabilities rather than a request for competitive bids.
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.
Custom Labels Requirement
Buyer not available
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.
Notice of Intent to Sole Source - Optimoz Inc
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a sole source contract with Optimoz Inc. for operations and maintenance support services related to the Virgin Islands’ Immunization Information System (IIS). This procurement aims to enhance the functionality and operational efficiency of IISs, which are critical for assessing vaccination rates and managing public health interventions to prevent vaccine-preventable diseases. The contract is justified under FAR 6.302-1, as Optimoz Inc. is the only vendor capable of providing these services without causing disruption or inefficiency in the existing IIS framework. Interested parties may submit capability statements or proposals to Matthew Nelson at mnelson2@cdc.gov by April 11, 2025, at 4:30 PM EST for consideration.
Notice of Intent to Sole Source - Service Agreement for Zeiss LSM 800 Axio Observer 7 Confocal Microscope System to Carl Zeiss Microscopy, LLC
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract to Carl Zeiss Microscopy, LLC for a service agreement related to the Zeiss LSM 800 Axio Observer 7 Confocal Microscope System. This procurement is necessary as Carl Zeiss Microscopy, LLC is the only authorized provider in the United States capable of delivering comprehensive service and support for the specified microscope system. The contract is critical for maintaining the operational integrity of essential laboratory equipment used in disease control and prevention efforts. Interested parties may express their interest and capability to respond within fifteen days of this notice by contacting Cole Mullis at ttu3@cdc.gov or by phone at 770-488-1596; however, this notice is not a request for competitive quotations.
Shared Space and Support Services, San Diego
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price contract to the County of San Diego for shared use of a facility and support services for the US/Mexico Unit and San Diego Quarantine Station. The contract will cover essential services such as installation and maintenance of communication systems, computer support, and building services, which are crucial for facilitating in-person collaboration between CDC staff and the County's Public Health Department. This collaboration is vital to the CDC's mission, with the contract period set from September 1, 2025, to August 31, 2026, and options for two additional one-year extensions. Interested parties should submit their responses to the contract specialist, Taylor Wellman, at xur0@cdc.gov by 5:00 PM (ET) on April 4, 2025.
Notice of Intent to Sole Source - University of Michigan - Vaccine Cost-Effectiveness Models
Buyer not available
The Centers for Disease Control and Prevention (CDC) intends to award a sole source firm fixed price contract to the University of Michigan for access to proprietary models that assess the cost-effectiveness of vaccines. This procurement aims to secure detailed reports based on these models, which are deemed essential for the CDC's vaccine evaluation efforts, as no other models are known to provide the required level of detail. The contract will cover a base year with four additional option years, and interested parties may express their interest or capability to respond within fifteen days of this notice. Responses should be directed to contract specialists William O’Bryan at rvq0@cdc.gov and Ruben Reyes-Colon at qmz3@cdc.gov by 3:00 PM EDT on April 11, 2025.
6630--BD Viper
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide the BD Viper LT System for Onclarity HPV Self-Collect Testing, as outlined in solicitation number 36C25625Q0578. This procurement aims to identify sources capable of delivering an in vitro diagnostic testing system that detects DNA from 14 high-risk human papillomavirus types associated with cervical cancer, utilizing specimens self-collected by patients. The contract is set to run from April 14, 2025, to April 13, 2030, and includes provisions for small business set-asides, with an emphasis on compliance with federal acquisition regulations. Interested parties should contact Contract Supervisor Troy L. Davis at troy.davis@va.gov for further details and to express their interest in this opportunity.
6640--KC, QuantiFERON Reagents Follow-on Contract (VA-25-00058335) 589-26-1-1614-0001 36C25518A0051
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to establish a Firm Fixed-Price Blanket Purchase Agreement (BPA) for the procurement of QuantiFERON reagents at the Kansas City VA Medical Center. This BPA aims to ensure a reliable supply of high-quality supplies necessary for the detection of mycobacterium infections, utilizing advanced analytical systems such as DSX, Agility, and Liaison XL analyzers. The contract is intended to support the VA's commitment to providing essential healthcare services for veterans, with a base year commencing on October 1, 2025, and extending through September 30, 2030, including options for four additional years. Interested parties must respond to the Sources Sought Notice by April 15, 2025, and can contact Contract Specialist Jeanine Wallace at jeanine.wallace@va.gov or 913-704-9472 for further information.