Vaccines for Adults
ID: 75D30125R00097Type: 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 Centers for Disease Control and Prevention (CDC) is seeking to establish one or more Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for the procurement of standard commercial adult vaccines. The primary objective of this initiative is to utilize Section 317 vaccine purchase funds to provide vaccines at prices lower than those available in the commercial marketplace, specifically targeting state and local health departments to serve populations at high risk for under-vaccination. This procurement is crucial for enhancing adult immunization coverage and ensuring effective immunization practices in alignment with public health initiatives. Interested parties can contact James Sprigler at zbs6@cdc.gov or Chad Turner at ukr9@cdc.gov for further information, with the contract performance period set from July 1, 2025, to June 30, 2026.

    Point(s) of Contact
    James Sprigler
    zbs6@cdc.gov
    Chad Turner
    ukr9@cdc.gov
    Files
    Title
    Posted
    The document outlines the Vaccine Order Limitation Chart, detailing various vaccines available for order along with their respective specifications. It lists 17 types of vaccines, including Hepatitis A, Hepatitis B, Human Papillomavirus, and Pneumococcal vaccines, among others. Each entry includes critical information such as minimum and maximum order quantities, delivery timelines (15 working days post-order), minimum shelf life (12 months), and federal excise tax per dose where applicable. The maximum doses range from 100,000 to 1,000,000, with a minimum order set at 100 doses for most vaccines. The purpose of this chart is to facilitate vaccine ordering for federal, state, and local organizations as part of public health initiatives. Clarity in order limits, tax implications, and delivery expectations supports stakeholders in effective planning and procurement. This streamlining of the vaccine ordering process is indicative of the government's effort to bolster public health measures through efficient distribution and supply management of essential vaccines.
    The Authorized Distributor of Record (ADR) Agreement establishes the relationship between the Centers for Disease Control and Prevention (CDC) and a designated manufacturer/supplier. This agreement designates CDC as an authorized distributor of specific pharmaceutical and vaccine products in compliance with the Prescription Drug Marketing Act (PDMA) of 1988 and relevant federal regulations. The parties must outline the specific products authorized for distribution or confirm the entire product line is covered. The agreement is effective upon dual execution and can be terminated by either party with a 90-day written notice. Importantly, this document does not alter any existing distribution agreements nor confer rights beyond those stated. The undersigning parties confirm their understanding and commitment to adhere to the terms outlined, ensuring compliance throughout the duration of the relationship. This agreement is essential for maintaining structured distribution of critical health products by the CDC.
    The document is a list of products associated with vaccines, detailing specific items relevant to federal and local government procurement processes. It comprises three entries, each featuring a product or brand name along with their National Drug Code (NDC). The primary purpose of this list is to outline the vaccines available for procurement under government requests for proposals (RFPs), grants, or funding opportunities, highlighting the importance of these items in public health initiatives. The structured format assists in clearly presenting vital information for entities involved in the supply chain or healthcare sectors. The document serves as a concise reference for stakeholders looking to understand which vaccine products are being considered for distribution or funding.
    The Centers for Disease Control and Prevention (CDC) seeks to establish Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for the procurement of commercial adult vaccines using Section 317 program funds. This initiative aims to provide vaccines to state and local health departments for populations at highest risk of under-vaccination. The program ensures efficient immunization practices while partners with healthcare providers to enhance immunization coverage. The solicitation outlines the contractual structure, stating specific order details, minimum and maximum limitations for various vaccines, and associated federal excise taxes. It emphasizes compliance with Good Manufacturing Practices and requires manufacturers to ensure a minimum shelf life of 12 months for the vaccines. Moreover, it delineates the delivery process, documentation requirements, and conditions for placing orders through the CDC's Vaccine Tracking System. The Awardees may also utilize state and local funds for additional vaccine purchases. Overall, this solicitation reflects the government's commitment to increasing immunization coverage among adults by facilitating affordable vaccine access through strategic contracting.
    The Centers for Disease Control and Prevention (CDC) is seeking to establish one or more Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for the procurement of standard commercial adult vaccines under Solicitation No. 75D301-25-R-00097. This initiative will utilize Section 317 vaccine purchase funds to provide vaccines at lower prices than the commercial market for state and local health departments, targeting populations most at risk for under-vaccination. The contract's performance period is set from July 1, 2025, to June 30, 2026, with specified minimum and maximum order limits for various vaccines. Vaccine delivery must occur within 15 working days of order receipt, packaged to maintain FDA temperature standards. Contractors are required to adhere to Good Manufacturing Practices, and the contract incorporates various regulatory measures, including prior approval from the FDA. The CDC mandates that vaccines obtained through this contract be exclusively used for adults aged 19 years or older, and any inducement for purchasing vaccines is strictly prohibited. These contracts emphasize efficient immunization practices and compliance with federal requirements to enhance public health initiatives.
    Lifecycle
    Title
    Type
    Vaccines for Adults
    Currently viewing
    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 - 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.
    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.
    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.
    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.
    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.
    LSJ for DHIS Management and Consulting Services MOD 00003
    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. This modification, identified as MOD 00003, aims to enhance the level of effort for existing tasks and introduce new optional tasks related to web application support and case surveillance community practices, which are critical for improving data collection and submission efficiency among state and local health departments. The contract includes a base period of twelve months, with three additional twelve-month option periods, and is intended to ensure continuity and efficiency in the services provided, leveraging the incumbent contractor's existing knowledge and experience. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493 for further details.
    Request for Information - Software Licenses for Digital Evaluation and Analysis
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking responses to a Request for Information (RFI) for software licenses related to a digital evaluation and analysis platform. The objective is to procure license subscription access that enables rapid, remote user testing on both desktop and mobile platforms, incorporating various testing methodologies, including unmoderated and moderated tests with participants from a Contributor Network of public health professionals. This platform is crucial for enhancing the usability of CDC digital content and must comply with IT security, PII, and Section 508 accessibility standards. Interested vendors should submit their responses, including company information and comments on the draft Statement of Work, by January 7, 2026, and can direct inquiries to Jennifer Gartzke at xuy7@cdc.gov or by phone at 404-498-0020.
    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.
    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.