FY25 Vaccines for Children
ID: 75D30125R00065Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking manufacturers of pediatric vaccines to participate in the FY25 Vaccines for Children (VFC) program through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to ensure the availability of standard commercial pediatric vaccines for eligible children, enhancing public health initiatives by providing vaccines at prices below those in the commercial marketplace. The VFC program is crucial for immunizing children who are Medicaid-eligible, uninsured, or underinsured, thereby supporting effective immunization practices and improving overall vaccination coverage. Interested manufacturers should contact James Sprigler at zbs6@cdc.gov or 404.498.3879 for further details, as the solicitation outlines specific requirements for compliance with FDA regulations and operational protocols for vaccine orders.

    Point(s) of Contact
    Files
    Title
    Posted
    The Authorized Distributor of Record (ADR) Agreement formalizes the relationship between the Centers for Disease Control and Prevention (CDC) and a specified Manufacturer/Supplier. This contract designates CDC as the ADR in accordance with the Prescription Drug Marketing Act (PDMA) of 1988 and relevant federal regulations. The agreement obligates the CDC to comply with state and federal laws, and it requires the Manufacturer/Supplier to provide a list of authorized products for distribution or confirm the entire product line. The ADR status is maintained until one party provides a written termination notice 90 days in advance. Notably, this agreement does not alter any prior distribution contracts nor confers additional rights to the CDC beyond distribution authority. The document consists of specific sections detailing the agreement, party signatures, and an attachment listing products with their corresponding National Drug Code (NDC) numbers. This agreement underscores the regulatory framework guiding the distribution of pharmaceuticals and vaccines, ensuring compliance and transparency in federal health initiatives.
    The document outlines a solicitation by the Centers for Disease Control and Prevention (CDC) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, primarily for the procurement of pediatric vaccines under the Vaccines for Children (VFC) program. The contract aims to ensure sufficient and financially accessible vaccine supplies for eligible children, enhancing public health initiatives. Key details include the characteristics of eligible bidders, delivery expectations, and operational protocols for vaccine orders. The contractor must maintain compliance with FDA regulations, ensure proper packaging and transportation standards, and report sales data monthly. Additionally, the contract stipulates payment procedures, including electronic funds transfer, and mandates adherence to relevant federal procurement regulations designed to protect certain groups, including small businesses. This initiative underscores the federal government’s commitment to immunization and public health, establishing a structured framework to facilitate effective vaccine distribution and access for targeted populations.
    The document outlines a federal request for proposals (RFP) concerning the procurement of various pediatric vaccines, detailing specifications for supply and delivery. A total of 25 different vaccines are listed, including their respective minimum and maximum quantity requirements, federal excise taxes, and shelf-life stipulations of a minimum of 12 months. Each vaccine requires a minimum order of 100 doses, with maximum quantities reaching as high as 9 million doses for certain vaccines like the Human Papillomavirus and Pneumococcal Conjugate vaccines. Specific taxes range from $0.75 to $4.50 per dose, applicable to a selection of vaccines. The delivery locations and timing are yet to be determined, as indicated in the document. This RFP serves to guide vaccine manufacturers and suppliers in responding to the government’s needs for pediatric vaccination supply, ensuring public health initiatives are adequately supported through organized procurement and distribution efforts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    National Immunization Survey - Flu Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to continue the National Immunization Survey through a bridge contract for the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to ensure the timely collection and analysis of immunization data, which is critical for public health decision-making and policy formulation. The justification for this contract was made under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the associated Justification and Approval for Other Than Full and Open Competition (JOFOC) will be available for review for 30 days following the contract award. For further inquiries, interested parties may contact Joshua Houston at pkf5@cdc.gov.
    National Immunization Survey - Child Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a bridge contract for the National Immunization Survey covering the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to continue essential data collection and analysis related to immunization rates among children, which is critical for public health monitoring and policy-making. The contract was issued under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the justification for this non-competitive award will be available for review for 30 days following the award date. For further inquiries, interested parties can contact Joshua Houston at pkf5@cdc.gov.
    National Immunization Survey - Teen Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a bridge contract for the National Immunization Survey - Teen for Q2-Q4 2023 to the National Opinion Research Center (NORC). This contract, awarded under the authority of FAR 6.302-2 due to unusual and compelling urgency, aims to continue essential data collection and analysis related to teen immunization rates. The justification for this contract is being made available in accordance with federal regulations, highlighting the importance of timely data for public health initiatives. For further inquiries, interested parties can contact Joshua Houston at pkf5@cdc.gov, with the justification document available for review for 30 days following the contract award.
    BARDA Vaccine Medical Countermeasures for Pandemic Influenza Preparedness & Response
    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 qualified contractors to support the development of vaccine medical countermeasures for pandemic influenza preparedness and response. The objective of this Sources Sought Notice (SSN) is to refine requirements and establish long-term partnerships with contractors capable of producing vaccines, antigens, and adjuvants necessary for pandemic preparedness and public health emergencies. This initiative is critical for enhancing the U.S. response to influenza viruses with pandemic potential and ensuring rapid regulatory decisions and manufacturing readiness. Interested parties must submit evidence of eligibility, capabilities statements, and requests to participate by email to Laura Saddison at Laura.Saddison@hhs.gov by 3:00 pm EST on December 19, 2025. This SSN/RFI is for information and planning purposes only and does not constitute a solicitation.
    Geneious Prime Enterprise Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 2025.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for "Serological Assays for the Detection and Characterization of Influenza Viruses." The procurement aims to secure services for performing Hemagglutinin Inhibition (HAI) assays on approximately 6,000 human samples annually, with the potential for surge support up to 10,500 tests, alongside the development of new high-throughput serology assays. This initiative is crucial for enhancing the CDC's capabilities in monitoring and responding to influenza outbreaks. Interested parties should note that the solicitation has been reopened, with key deadlines extended, and are encouraged to contact Jennifer Gartzke at jgartzke@cdc.gov for contractual inquiries. The contract will span a base period of 12 months with four additional option years, and all work must comply with Section 508 accessibility standards.
    Notice of Intent to Sole Source Modification of Contract to Quest Diagnostics, Inc.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a non-competitive modification to an existing contract with Quest Diagnostics, Inc. This modification aims to expand the scope of the contract to include access to de-identified antibody results from previously tested specimens, focusing on individuals with immunocompromising conditions as part of the CDC's Multistate Assessment of SARS-CoV-2 Seroprevalence in Commercial Laboratory Survey (MASS-C) Study. The contract modification is crucial for estimating the prevalence of SARS-CoV-2 infections and vaccinations across various demographics and geographic locations, utilizing existing data rather than incurring additional costs for new specimen collection. Interested parties may submit responses to this notice within 15 days to the primary contact, Liz Cole-Greenblatt, at qst7@cdc.gov, although the government retains discretion over whether to pursue competitive procurement.
    Animal Vaccines
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (USDA ARS), is seeking quotations for the procurement of animal vaccines under solicitation number 1232SA26Q0014. The contractor will supply essential vaccines for research animals, including beef cattle, swine, and sheep, with specific requirements for products such as Guardian, Brute Pour On, and PregGuard Gold FP10, among others, all with expiration dates of January 1, 2027, or later. This procurement is critical for maintaining the health of research animals at the Roman L. Hruska U.S. Meat Animal Research Center in Clay Center, Nebraska, with a delivery deadline set for January 5, 2026. Interested vendors must acknowledge the amendment to the solicitation, submit their quotes by January 6, 2026, and direct any inquiries to Brian Brusky at brian.brusky@usda.gov or by phone at 608-215-2837.
    GMP Manufacturing of CDC FluSC2 Multiplex EUA Kit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a contract for the GMP manufacturing of the CDC FluSC2 Multiplex EUA Kit to Biosearch Technologies, Inc. This contract, valued at $399,993, entails the production of 1,020 vials of oligonucleotide primers and probes, adhering to Good Manufacturing Practices (GMP) as defined under 21 CFR 820, with a required delivery date of September 25, 2023. The specific internal BHQnova quencher design of the probes is critical for the diagnostic assay, which has received Emergency Use Authorization (EUA) from the FDA, and no other suppliers have been identified that can meet these stringent requirements. For further inquiries, interested parties may contact Mark Draluck at syq1@cdc.gov or Devin Barich at uca9@cdc.gov.
    LSJ for DHIS Management and Consulting Services MOD 00002
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. The modification, labeled as MOD 00002, aims to increase the level of effort for Task 4.4.4 and reclassify Task 4.4.5 as an optional task for both base and option periods, reflecting the need for enhanced support due to the involvement of multiple stakeholders in related programs. This procurement is crucial for the effective management of the CDC Data Hub and Electronic Case Reporting initiatives, ensuring that the necessary resources are allocated to meet the demands of these programs. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493, or Lauren Peel at ijt9@cdc.gov or 770-488-2649 for further information regarding this opportunity.