Vaccines for Children (VFC) FY26
ID: 000HCJBC-2025-95504Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Centers for Disease Control and Prevention (CDC) is seeking manufacturers to provide pediatric vaccines under the Vaccines for Children (VFC) program through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure a wide range of vaccines, including DTaP, Hepatitis A and B, MMR, and Pneumococcal, for eligible children aged 18 and younger, ensuring that those who are Medicaid-eligible, uninsured, or American Indian/Alaska Native receive necessary immunizations. The contract period spans from April 1, 2026, to March 31, 2027, with a maximum combined value exceeding $13 billion, and interested parties must adhere to strict requirements regarding shelf life, packaging, and delivery timelines. For further inquiries, potential offerors can contact James Sprigler at zbs6@cdc.gov or Chad Turner at ukr9@cdc.gov.

    Point(s) of Contact
    James Sprigler
    zbs6@cdc.gov
    Chad Turner
    ukr9@cdc.gov
    Files
    Title
    Posted
    This attachment to a government file provides a comprehensive list of 25 pediatric vaccines, outlining key details for each. For every vaccine, the document specifies the minimum shelf life of 12 months, applicable federal excise tax per dose (if any), and the maximum and minimum number of doses required. The delivery date and location for all vaccines are designated as "TBD" and "To be shown on Delivery Orders," respectively. The list includes a wide range of vaccines such as Dengue, DTaP combinations, Hepatitis A and B (pediatric and adult), Hib, Human Papillomavirus, Measles Mumps & Rubella (MMR), Meningococcal variants, Mpox, Pneumococcal Conjugate, Respiratory Syncytial Virus, Rotavirus, Tetanus and Diphtheria (Td), Tdap, and Varicella. This document serves as a detailed procurement guide, essential for federal, state, or local RFP processes related to vaccine supply.
    The Authorized Distributor of Record (ADR) Agreement establishes a relationship between a manufacturer/supplier and the Centers for Disease Control and Prevention (CDC), designating the CDC as an ADR as per the Prescription Drug Marketing Act (PDMA) of 1988 and 21 CFR Part 203. The CDC agrees to comply with all applicable state and federal laws to maintain this status. Manufacturers must provide a list of specific products the CDC is authorized to distribute, identified by pharmaceutical/vaccine name, dosage form, strength, and NDC number, or state that the CDC is an ADR for their entire product line. This agreement is valid from dual execution until terminated by either party with ninety days' written notice, and it does not alter any other existing or future distribution agreements. It serves solely to designate the CDC as an ADR, not as a sales agreement. The document includes signature lines for both the CDC's U.S. Government Contracting Officer and the Manufacturer/Supplier, along with an optional Attachment A-1 for listing specific products.
    Attachment 03, titled "List of Products," is a document outlining a concise list of three vaccine products. Each entry includes an "Item No.," the "Product/Brand Name" (consistently listed as "Vaccine"), and a corresponding "NDC" (National Drug Code) number. The repeated listing of "Vaccine" for each item suggests a focus on these specific products for procurement, distribution, or regulatory purposes. This attachment likely serves as a reference within a larger government document, such as an RFP or grant application, to specify the exact vaccine products being addressed or requested.
    This government file outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement and distribution of pediatric vaccines by the Centers for Disease Control and Prevention (CDC). The Vaccines for Children (VFC) program, established under OBRA '93, ensures federal support for vaccine purchases for eligible children (18 and younger) who are Medicaid-eligible, uninsured, American Indian/Alaska native, or those with insurance that doesn't cover vaccines and receive immunizations at specific health centers. The contract, with a period of performance from April 1, 2026, to March 31, 2027, specifies firm-fixed-price delivery orders. It details contract clauses covering shelf life, packaging, delivery times (15 working days), places of delivery (CDC centralized locations), product licensure (FDA, CGMPR's), and ordering procedures via the Vaccine Tracking System (VTrckS). Fair opportunity for orders is based on clinical appropriateness, state medical advisory recommendations, and funding. The maximum value for all contracts is over $13 billion. Key provisions include restrictions on vaccine use (only for eligible children, no resale or free distribution outside immunization programs), federal excise tax credit procedures, and requirements for delinquent delivery and biological surveillance data reports. Contractors are prohibited from offering inducements and must provide advance notice of supply issues. The document also includes a vaccine order limitation chart listing various pediatric vaccines with minimum and maximum dose quantities.
    The Centers for Disease Control and Prevention (CDC) has issued a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for pediatric vaccines, under the Vaccines for Children (VFC) program. This initiative aims to procure a wide range of vaccines, including DTaP, Hepatitis A and B, MMR, Meningococcal, Pneumococcal, and Rotavirus, to cover eligible children aged 18 and younger. The contract, with a period of performance from April 1, 2026, to March 31, 2027, has a combined maximum value of over $13 billion for all awarded contracts. Key requirements include a minimum 12-month shelf life upon delivery, specific packaging and packing standards, and adherence to FDA product licensure and Good Manufacturing Practices. Ordering will primarily occur through the Vaccine Tracking System (VTrckS), with strict guidelines on order placement, delivery timelines (within 15 working days), and limitations on minimum and maximum order quantities. The contractor must also provide advance notice of supply issues and adhere to prohibitions on inducements to providers. The CDC emphasizes fair opportunity in order placement, considering clinical appropriateness, state-level recommendations, and funding availability. The contract also incorporates various Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation (HHSAR) clauses.
    This government solicitation, 75D301-26-R-73375, outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for pediatric vaccines under the Vaccines for Children (VFC) program, managed by the Centers for Disease Control and Prevention (CDC). The contract aims to secure standard commercial pediatric vaccines for eligible children aged 18 and younger, including those who are Medicaid-eligible, uninsured, American Indian/Alaska Native, or insured but receiving immunizations at federally-qualified health centers. The contract period is from April 1, 2026, to March 31, 2027, with a combined maximum value of over $13 billion for all contracts. Manufacturers must provide FDA-licensed vaccines with a minimum 12-month shelf life upon delivery, adhering to strict packaging, packing, and temperature monitoring requirements. Orders will be placed electronically via the Vaccine Tracking System (VTrckS), with specific clauses detailing delivery times, order limitations (minimum 100 doses for most vaccines), payment methods, and prohibitions on inducements. The document also includes numerous FAR and HHSAR clauses, emphasizing compliance, contractor performance evaluation through CPARS, and information and communication technology accessibility.
    This government solicitation, RFP number 75D301-26-R-73375, issued by the Centers for Disease Control and Prevention (CDC), outlines an Indefinite Delivery Indefinite Quantity contract for pediatric vaccines under the Vaccines for Children (VFC) program. The program ensures federal support for vaccine purchases for eligible children. The contract, effective from April 1, 2026, to March 31, 2027, has a maximum combined value of over $13 billion and covers a wide range of vaccines, including DTaP, Hepatitis, MMR, HPV, and Pneumococcal. Key clauses detail shelf life, packaging, delivery within 15 working days, product licensure, electronic ordering via VTrckS, and limitations on order size. Contractors must comply with FDA regulations, provide product information, and report supply issues. The CDC is designated as an Authorized Distributor of Record for all distributed vaccines.
    This document is a Standard Form 1449,
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 - 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 Clinical Vaccination (NCV) Contract Extension
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.
    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.
    65--TYPHOID VI POLYSACC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of Typhoid VI Polysaccharide vaccine, identified by NSN 6505013856328. The requirement includes the delivery of 5 units to the USS Emory S. Land AS 39 and 100 units to the USS McCampbell DDG 85, both due within 20 days after order. This vaccine is critical for maintaining the health and readiness of military personnel, particularly in environments where typhoid fever is a risk. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, with further inquiries directed to the DLA at DibbsBSM@dla.mil.
    Japanese Encephalitis Vaccine
    Health And Human Services, Department Of
    The Department of Health and Human Services is seeking suppliers for the Japanese Encephalitis Vaccine, specifically the Ixiaro brand or an equivalent product. The procurement involves a requirement for 800 syringes of the vaccine, identified by NDC 42515-0002-01 and NSN: 6505-01-607-7018, which is critical for immunization against Japanese Encephalitis, a serious viral infection. Interested vendors should note that the place of performance is Perry Point, Maryland, and they can reach out to Tim Bouchelle at Timothy.Bouchelle@hhs.gov or by phone at 443-947-6039 for further inquiries. This opportunity is categorized under the Pharmaceutical and Medicine Manufacturing industry, with no set-aside restrictions.
    J&A Procurement of Smallpox (Mpox) Vaccine for the Strategic National Stockpile
    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 to procure additional doses of the JYNNEOS™ vaccine for the Strategic National Stockpile in response to the ongoing monkeypox outbreak. The procurement aims to rapidly secure 11 million doses of the vaccine by utilizing existing bulk drug substance and to enhance manufacturing capacity through technology transfer to contract manufacturing organizations. The JYNNEOS™ vaccine is critical as it is the only licensed vaccine for both smallpox and monkeypox, making it essential for public health preparedness. Interested parties can contact Yifan Yang at yifan.yang@hhs.gov, with the total estimated value of the contract modification being $992,400,000.
    AB SCIEX MDQ PLus
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to award a sole source firm fixed price contract for the maintenance of AB Sciex PACE MDQ Plus Capillary Systems. This contract will cover preventative and remedial maintenance, as well as software upgrades, to ensure compliance with the Quality Management System (QMS) requirements within the Biotechnology Core Facility Branch (BCFB). The anticipated period of performance for this contract is from January 17, 2026, to January 16, 2027, with the possibility of four additional one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the primary contact, Ronalda Ohio, at uex0@cdc.gov, by 5:00 PM (ET) on December 31, 2025.
    World Trade Center Health Program - National Program Administrator
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.
    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.