Cold Chain Transportation and Logistics Readiness Service
ID: 75A50324R00002Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSEASPR ADMINISTRATION FOR STRATEGIC PREPAREDNESS AND RESPONSEWashington, DC, 20201, USA

NAICS

Couriers and Express Delivery Services (492110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)
Timeline
  1. 1
    Posted Aug 30, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 9, 2024, 12:00 AM UTC
  3. 3
    Due Sep 13, 2024, 5:00 PM UTC
Description

The Department of Health and Human Services (HHS) is seeking proposals for a federal contract titled "Cold Chain Transportation and Logistics Readiness Service," aimed at providing ultra-cold chain logistics for the Strategic National Stockpile (SNS). The procurement requires contractors to manage the transportation and storage of temperature-sensitive products, maintaining specific temperature ranges of -70°C to -80°C, with a focus on prompt response times and compliance with transportation standards. This initiative is critical for ensuring the effective management of vital supplies during public health emergencies, reflecting HHS's commitment to preparedness. Interested parties must submit their proposals by September 13, 2024, and can contact Lawrence McCoy at Lawrence.Mccoy@hhs.gov or 770-488-2087 for further information.

Point(s) of Contact
Files
Title
Posted
Sep 9, 2024, 5:18 PM UTC
The document outlines a combined synopsis/solicitation by the U.S. Department of Health and Human Services (HHS) for transportation and logistics services related to the Strategic National Stockpile (SNS). The solicitation (RFP 75A50324R00002) seeks proposals for a firm fixed-price contract to handle ultra-cold chain services, maintaining temperatures between -70°C and -80°C. The contract will span 48 months, including a 12-month base period and three one-year options. Key requirements include prompt response times (within 120 minutes for emergencies), compliance with transportation standards, and detailed temperature monitoring throughout haulage. The document specifies the responsibilities of both the government and the contractor, particularly the need for constant communication and adherence to regulatory standards. It also outlines expected deliverables like transportation plans and temperature logs, with stringent acceptance criteria to ensure the integrity of products transported. This RFP is significant in preparation for public health emergencies and reflects HHS's commitment to securing vital supplies effectively. Responses to this solicitation are due by September 13, 2024, and must adhere to specific proposal formats and submission guidelines.
Sep 9, 2024, 5:18 PM UTC
The document addresses questions and responses related to the RFP 75A50324R00002 for an ULTRA COLD CHAIN service. The government seeks bids for transportation and storage of temperature-sensitive products, detailing requirements for truck sizes, storage container specifications, and operational logistics. Key insights include an estimate of up to 77 trucks for emergencies, a pallet capacity of 1,860 per warehouse location, and explicit temperature ranges for cargo: 2°C to 8°C, -20°C to -15°C, and -70 & -80°C. The RFP clarifies that containers will be provided by carriers, with the contractor responsible for insurance covering cargo replacement costs. Additionally, it confirms that this is a new contract opportunity without an incumbent provider. The RFP emphasizes performance metrics linked to temperature maintenance and delivery accuracy, suggesting that operational efficiency in extreme conditions is critical. Overall, the document outlines the government’s logistics strategy for managing cold chain requirements while ensuring compliance with standards and safety protocols.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
OPTN Next Generation IT - Multiple Award Blanket Purchase Agreement (MA-BPA)
Buyer not available
The Department of Health and Human Services (HHS) is seeking vendors to support the modernization of the Organ Procurement and Transplantation Network (OPTN) through a Multiple Award Blanket Purchase Agreement (MA-BPA). This procurement aims to provide expert services in areas such as product management, Human-Centered Design, agile application development, and systems security to enhance the OPTN's IT infrastructure, which is crucial for managing organ donation and transplantation processes in the United States. The total estimated value of this contract is approximately $185 million over five years, contingent upon funding availability, with the deadline for quote submissions extended to June 26, 2025. Interested parties can reach out to Emily Graham at egraham@hrsa.gov for further inquiries.
TEMPERATURE AND OTHER ENVIRONMENTAL CONTROL MONITORING SERVICES
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Temperature and Other Environmental Control Monitoring Services at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. The contract requires the contractor to provide maintenance, technical support, and user training for an existing government-owned monitoring system, which includes 1,200 inputs across seven management nodes, ensuring compliance with regulatory standards from organizations such as the FDA and The Joint Commission. This procurement is critical for maintaining operational capacity and health standards at military medical facilities, with a contract period from May 1, 2025, to April 30, 2026, and four option years. Interested parties must submit their proposals by April 15, 2025, and can contact Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Erica S. Oh at erica.s.oh.civ@health.mil for further information.
Hydropac 4x Master Carton
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of the Hydropac 4x Master Carton. This opportunity falls under the NAICS code 333248, which pertains to All Other Industrial Machinery Manufacturing, and involves the supply of laboratory equipment and supplies categorized under PSC code 6640. The Hydropac 4x Master Carton is essential for various laboratory applications, highlighting its significance in supporting NIH's research and operational needs. Interested vendors can reach out to Natalie E. Bruning at natalie.bruning@nih.gov or call +1 301 827 7528 for further details regarding the solicitation process.
MAINTENANCE SERVICES FOR THERMOFISHER MANUFACTURED CENTRIFUGES & INCUBATORS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking maintenance services for 23 incubators and 16 centrifuges located in Bethesda, Maryland. The procurement requires priority onsite repair during business hours, annual preventive maintenance, rapid response for corrective repairs, and unlimited phone and email support, emphasizing the critical role of these laboratory instruments in health research. Interested vendors must provide OEM authorization to deliver these services and be registered in the System for Award Management (SAM), with quotes due by April 10, 2025, under solicitation number RFQ-NIAID-25-2257534. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
Emergency Air Transportation Services
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for emergency air transportation services to support the National Veterinary Stockpile (NVS) during animal disease outbreaks. This procurement involves a fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) contract set aside for small businesses, requiring vendors to provide comprehensive quotes that include pricing schedules and proof of SAM registration. The services are critical for the timely and secure transportation of materials essential for responding to animal health crises, including expedited delivery of temperature-sensitive and hazardous materials, with a strong emphasis on compliance with safety regulations and effective communication with government officials. Interested vendors should contact Linda Washington at linda.w.washington@usda.gov or call 301-357-4973 for further details regarding the solicitation.
3 year BPA Contract for Carrier brand repair parts to support Multi­Temperature Refrigerated Container System (MTRCS) & Mobile Integrated Remains Collection System (MIRCS), Force Sustainment.
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Letterkenny, is seeking vendors for a three-year Blanket Purchase Agreement (BPA) contract to supply Carrier brand repair parts for the Multi-Temperature Refrigerated Container System (MTRCS) and the Mobile Integrated Remains Collection System (MIRCS). This procurement is essential for maintaining operational capabilities and ensuring the force sustainment of military operations, as the parts are critical for the functionality of refrigeration and temperature control systems used in various military applications. Interested suppliers are encouraged to submit their qualifications, including business information and past performance, by April 17, 2025, to assist the government in assessing market capacity and determining procurement strategies. For inquiries, vendors may contact Megan Smith at megan.m.smith110.civ@army.mil or by phone at 520-941-0269.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
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 soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
Department Equipment
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service at the Lawton Indian Hospital, is seeking qualified vendors to provide preventative maintenance and technical support services for wireless temperature monitoring devices. These services are crucial for ensuring compliance with drug storage regulations and maintaining the integrity of refrigerated items at the Lawton Service Unit, which includes the Lawton Indian Hospital and associated clinics. The contract, identified as RFQ 246-25-Q-0046, will cover a performance period from January 1, 2025, to December 31, 2025, and requires vendors to submit their quotes electronically by April 9, 2025. Interested parties should contact Jarrod L. Prince at jarrod.prince@ihs.gov or 580-354-5378 for further details.