COVID 19 Tests
ID: 75A50223C0000Type: Justification
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSEASPR/DAAPPO/ORM HQWashington, DC, 20515, USA

PSC

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

    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response, is seeking procurement for COVID-19 tests. The opportunity involves the acquisition of in vitro diagnostic substances, reagents, test kits, and sets, with a focus on ensuring compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing the nation's testing capabilities in response to the ongoing pandemic. Interested vendors can reach out to Junli Collins at junli.collins@hhs.gov or Judy Williams at judy.williams2@hhs.gov for further details, as outlined in the attached justification document.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Health and Human Services (HHS) is seeking justification for a contract awarded for the procurement of approximately 222 million FDA-approved COVID-19 rapid tests, totaling an estimated value of $710 million. Due to the ongoing national emergency declared for COVID-19, the action falls under an exception for other than full and open competition, allowing expedited acquisition processes. HHS has conducted extensive market research and identified multiple viable vendors to ensure prompt delivery of tests amidst the urgent public health need.
    Lifecycle
    Title
    Type
    COVID 19 Tests
    Currently viewing
    Justification
    Similar Opportunities
    Hologic Covid Testing Supplies
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    GMP Manufacturing of CDC FluSC2 Multiplex EUA Kit
    Buyer not available
    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.
    Blanket Purchase Agreement (BPA) - Miscellaneous D-dimer test kits
    Buyer not available
    The Indian Health Service (IHS) is seeking sources for a Blanket Purchase Agreement (BPA) for miscellaneous D-dimer test kits, aimed at fulfilling a government requirement within the Navajo Area Indian Health Service. This procurement is part of a market research initiative to identify potential suppliers capable of providing these in-vitro diagnostic substances, which are crucial for medical testing and patient care. Interested vendors must submit their qualifications, including company profiles and capability statements, by December 8, 2025, to William Lee at William.Lee@ihs.gov, with the subject line “SS-SRSU-26-0005.” Participation in this sources sought notice is voluntary, and the government will not assume any financial responsibility for costs incurred in response to this request.
    Laboratory Response Network Support Modification Justification
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking support for the Laboratory Response Network through a modification justification. This procurement involves an exception to the fair opportunity process, as detailed in the attached justification document, which outlines the specific requirements and objectives for this contract. The services sought are critical for enhancing the CDC's capabilities in managing public health emergencies and laboratory response efforts. Interested parties can reach out to Luci Cason at reo3@cdc.gov for further information regarding this opportunity.
    BARDA Vaccine Medical Countermeasures for Pandemic Influenza Preparedness & Response
    Buyer not available
    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.
    Notice of Intent to Sole Source Modification of Contract to Quest Diagnostics, Inc.
    Buyer not available
    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.
    6550--Triage Meterpro Reagents
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide QuidelOrtho Triage MeterPro Reagents for the New Mexico VA Healthcare System, through a Sources Sought Notice (RFI 36C26226Q0177). The procurement aims to acquire various medical diagnostic and drug testing supplies, including Triage Tox DS Panels, Controls, and BNP Test Kits, which are essential for accurate drug testing and patient care. Interested vendors are encouraged to submit their capabilities, pricing, and relevant business information by December 8, 2025, at 10:00 a.m. PST, to the Contract Specialist, Clift Domen, at Clift.Domen@va.gov.
    Assay Development for Superior Understanding of Response and Efficacy (ASSURE)
    Buyer not available
    The Department of Health and Human Services, through the Office of Assistant Secretary for Preparedness and Response (ASPR BARDA), is soliciting proposals for the ASSURE program, which focuses on the development of innovative assays to evaluate immune responses to infections and vaccinations. The primary objective is to create multiplexed, high-throughput, scalable, and sample-sparing assays that can assess immune status in response to chemical, biological, radiological, and nuclear (CBRN) threats, pandemic influenza, and other emerging infectious diseases. Approximately $8 million is available for four to five awards, with proposals evaluated based on technical approach, relevant experience, and cost reasonableness. Interested parties must submit an abstract by December 18, 2025, and can contact Rebecca Harmon at rebecca.harmon@ati.org or 843.760.3358 for further information.
    66--TEST KIT, HP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of three units of a Test Kit HP, identified by NSN 7H-6685-017081470-X5. The procurement requires delivery of these kits to designated distribution centers in Pennsylvania and California within 140 days after contract award, emphasizing the importance of timely fulfillment for operational readiness. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties must contact Michael B. Duffy at 564-230-2254 or via email at MICHAEL.B.DUFFY2@NAVY.MIL to obtain the solicitation number N00104-26-Q-BE38 and further details. Proposals must adhere to the requirements outlined in the solicitation, and government source inspection will be required.
    Notice of Intent - Xpert Xpress CoV-2/Flu/RSV plus
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a sole-source contract with Cepheid Inc. for the procurement of Xpert Xpress CoV-2/Flu/RSV Plus test kits. This procurement is aimed at ensuring the availability of diagnostic tests that are compatible with the GeneXpert instrument, which is critical for effective health management in the region. The contract will cover a base period from January 1, 2026, to December 31, 2026, with four additional option periods extending through December 31, 2030. Interested vendors who believe they can meet the requirements are invited to submit a capability statement by 10:00 AM (MST) on December 11, 2025, to Dallas Begay at dallas.begay@ihs.gov.