Multi-Antigen Diagnostic Tests
ID: 75A50424R00006Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSEINDUSTRIAL BASED MANUFACTURING AND SUPPLY CHAIN (IBMSC)Washington, DC, 20024, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Health and Human Services (HHS) is seeking proposals for the procurement of one million FDA-approved multi-antigen diagnostic test kits capable of detecting SARS-CoV-2 and Influenza A/B, under solicitation number 75A50424R00006. This initiative is a 100% Small Business Set-Aside, aimed at replenishing the diagnostics stockpile in response to public health demands, with all tests required to originate from the original equipment manufacturer (OEM) and meet specific FDA standards. The selected contractor will deliver the kits to designated government warehouses, with delivery commencing 15 days post-award and a total performance period of 12 months. Proposals must be submitted electronically by 4:00 PM ET on September 17, 2024, to IBMSCC-Submissions@hhs.gov, with inquiries directed to Christopher Newell at christopher.newell@hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to Amendment 0001 of Solicitation Number 75A50424R00006, issued by the U.S. Department of Health and Human Services for Multi-Antigen Diagnostic Tests, specifically targeting SARS-CoV-2 and Influenza A/B. The amendment corrects a typo in the solicitation and responds to vendor inquiries surrounding manufacturing requirements, shelf life, product approvals, and small business classifications. Notably, there are no strict domestic manufacturing requirements due to the applicability of trade agreements which allow for products from designated countries, including Korea. The amendment indicates that a total of one million tests are requested, clarifies that these can be delivered over a 12-month period, and specifies that submissions must come directly from the original equipment manufacturer (OEM). Furthermore, the responses outline that the evaluation will be based on the lowest priced acceptable offer, without preferences for domestic content, and reaffirm the focus on antigen tests instead of molecular testing. Overall, the document serves to clarify specifications and requirements for potential suppliers interested in participating in this federal procurement process.
    The U.S. Department of Health and Human Services (HHS) issued a Request for Proposal (RFP) 75A50424R00006 for the procurement of one million FDA-approved multi-antigen diagnostic test kits that can detect SARS-CoV-2 and Influenza A/B. This procurement is federally mandated as a 100% Small Business Set-Aside under NAICS code 325413, aimed at replenishing the diagnostics stockpile in response to public health demands. Offerors must submit their proposals electronically by September 17, 2024. The selected contractor will deliver kits to designated government warehouses, with delivery starting 15 days post-award and a total performance period of 12 months. The contract type is Firm Fixed Price (FFP), and evaluations will rely on the lowest price technically acceptable offeror (LPTA). All tests must originate from the original equipment manufacturer (OEM) and meet specific FDA requirements. The contractor must comply with a detailed set of specifications, including appropriate packaging, shipping, documentation, and delivery protocols. The RFP outlines submission requirements, evaluation criteria, and compliance with various federal regulations, including provisions for electronic invoicing and payment processes. This initiative underscores the government's effort to enhance public health preparedness amidst ongoing health emergencies.
    The document outlines the proposed delivery schedule for a federal procurement, indicating that delivery will commence approximately 15 days post-award and continue over a 12-month performance period, maintaining stockpile levels from September 2024 to potentially September 2025. Detailed quantities for each warehouse location across multiple states will be provided to the selected contractor shortly before shipping. The contractor must submit a proposed delivery schedule for approval by the Contracting Officer Representative. It lists several government warehouse facilities located in Memphis, TN; Salt Lake City, UT; Columbus, OH; Bethlehem, PA; Dallas/Garland, TX; and Longview, TX. The delivery schedule includes a weekly layout to support proper tracking and management of shipments. This document emphasizes the organization and timely execution of the procurement process within the framework of government RFPs, ensuring readiness and compliance with federal guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hitachi HT7800 Transmission Electron Microscope
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of a Hitachi HT7800 Transmission Electron Microscope. This acquisition aims to support the development of antibody therapeutics and the design of vaccines and antivirals, which are critical for ongoing research at the Vaccine Research Center (VRC). The procurement is governed by FAR Simplified Acquisition Procedures, and the selected vendor will be required to deliver the microscope within 30 days of award, with installation and training to be completed by March 25, 2024. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation.
    Center for Biologics Evaluation and Research (CBER) DBPAP/ Amb a 1-Specific Aptamers
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small businesses to develop Amb a 1-specific capture and biotin-labeled detection aptamers for use in Enzyme Linked Immunosorbent Assay (ELISA) applications. The objective of this procurement is to create reference standard aptamers that will facilitate the measurement of biological potencies in commercial ragweed pollen extracts, which are crucial for allergen standardization in the United States. This initiative underscores the importance of advancing biotechnology in allergen detection, particularly in relation to ragweed, a common allergen. Interested parties should submit their quotes in response to Request for Quotations (RFQ) No. 75F40124Q00548, with the contract anticipated to last from September 30, 2024, to September 29, 2025. For further inquiries, potential offerors can contact Nicholas Bisher at Nicholas.Bisher@fda.hhs.gov.
    Automated Liquid Handling Systems– Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two automated liquid handling systems, either brand name or equal, to support the Vaccine Production Program (VPP) at the National Institute of Allergy and Infectious Diseases (NIAID). These systems are critical for high-throughput, microscale protein purification and product characterization, which are essential for developing vaccines against various pathogens, including HIV and SARS-COV-2. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
    Pegfilgrastim with VMI
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking proposals for the procurement of Pegfilgrastim 6MG/.06ML (inj, soln, syr, or autoinjector) along with vendor-managed inventory (VMI) services to support national preparedness against public health emergencies. The contract will span five years, including a one-year base period and four optional ordering periods, with an initial quantity of 18,300 units projected to increase based on public health needs. This procurement is critical for maintaining robust health security capabilities and ensuring efficient supply chain management for essential pharmaceuticals. Interested contractors should direct inquiries to LaMonica Norwood at OSContracting@hhs.gov, with proposals due by the specified deadlines outlined in the RFP documentation.
    Spectral Flow Cytometer-Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of a spectral flow cytometer, specifically a Sony ID7000 or an equivalent model. This advanced laboratory instrument is essential for conducting high-parameter flow cytometry, enabling the exploration of over 35 markers in various experimental systems to enhance immunological research capabilities. Interested vendors must submit their quotes by September 23, 2024, with delivery of the equipment required within 60 days of award and installation to be completed by August 1, 2025. For further inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or by phone at 301-761-6404.
    B1 Biological Safety Cabinet (BSC) Replacements for the Division of Intramural Research (DIR) - Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide replacement Biological Safety Cabinets (BSCs) for the Division of Intramural Research (DIR). The procurement aims to acquire up to eighty NSF/ANSI 49 certified Class II, Type B1 BSCs, with an immediate requirement for eighteen units to replace aging equipment that is critical for safe research involving infectious microorganisms and viruses. This initiative is essential for maintaining high safety standards in laboratory environments and supporting ongoing research in areas such as COVID-19, AIDS, and malaria. Interested vendors must submit their quotes by 1:00 PM EST on September 23, 2024, to Caitlyn O'Connor at caitlyn.o'connor@nih.gov, and ensure compliance with all specified requirements and deadlines.
    Rapid Pandemic Influenza and Emergency Infectious Disease Vaccine Development and Response Capability
    Active
    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 proposals for the "Rapid Pandemic Influenza and Emergency Infectious Disease Vaccine Development and Response Capability" through a Special Notice. The objective of this procurement is to establish a long-term partnership focused on developing a flexible and rapid response capability for vaccine development against pandemic influenza and other priority pathogens, initially emphasizing influenza mRNA vaccine development. This initiative is critical for enhancing the nation's preparedness and response to emerging infectious diseases, ensuring readiness to pivot quickly in the face of public health threats. Interested parties can access the full Request for Project Proposals and additional consortium information at www.rrpv.org, and inquiries can be directed to Rebecca Harmon at rebecca.harmon@ati.org.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    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.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    CDC Small Business Engagement Summit
    Active
    Health And Human Services, Department Of
    Presolicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to award a sole source contract to QIAGEN, LLC for the procurement of an EZ! Advanced XL System. This system is typically used for In-Vitro Diagnostic Substance Manufacturing. The contract is for supplies or services under the authority of FAR 13.106-1(b) (SAP) and 41 U.S.C. 3304(a)(1). Interested parties may submit proposals within five days of the issuance of this notice. The deadline for submission is 06:00AM, July 24, 2023.