Serological Assays for the Detection and Characterization of Influenza Viruses
ID: 75D30125R73235Type: Solicitation
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    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 objectives include performing hemagglutination inhibition (HAI) assays on human serum samples and developing new serology assays, with an emphasis on high-throughput testing capabilities to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities during influenza threats, ensuring compliance with government regulations and performance metrics. Interested parties should contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020, with the Phase I interest submission deadline extended to February 21, 2025, and the contract's base period commencing on July 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 1 for the solicitation and contract 75D30125R73235 issued by the Centers for Disease Control and Prevention (CDC) for serological assay services for influenza virus detection. The amendment extends deadlines for proposals and updates testing schedules while maintaining all other terms unchanged. It establishes a contract structure comprising a base period and four additional option periods, focusing on sample testing and development of new serology assays, with the goal of enhancing influenza virus characterization. The contractor is responsible for conducting high-throughput testing of human samples, utilizing government-furnished materials and adhering to performance benchmarks outlined in the contract. The document emphasizes the importance of quality control throughout the assays and detailed reporting requirements while allowing for surge support in response to increased testing demands. Furthermore, it stipulates compliance with the Service Contract Act and outlines travel reimbursement guidelines. The purpose of this contract is to bolster the CDC's influenza surveillance capabilities through improved assay development and testing methodologies. Overall, it is a critical procurement effort to enhance public health response capabilities regarding influenza threats.
    The document is an amendment to a solicitation (75D30125R73235), issued by the Centers for Disease Control and Prevention (CDC). Its primary purpose is to extend deadlines and modify specific contract details regarding the provision of sample testing services for influenza virus detection and characterization. The amendment includes an extension of the Phase I interest submission due date to February 21, 2025, and adjustments to various key dates for the project—such as shipping and testing results—necessary for compliance and project management. The contract is structured to encompass a base period (July 21, 2025 – July 20, 2026) and several optional periods for additional testing services. Services are classified as firm-fixed-price (FFP) or cost-plus fixed fee (CPFF) depending on the task. The work requires performing serological assays and developing new assays to enhance influenza virus testing capability. Additionally, the government will furnish specific materials and oversee testing procedures, ensuring compliance with regulations and internal quality standards. This amendment reinforces the government's commitment to maintaining high-quality testing during public health emergencies and ensuring the contractor meets specified performance standards.
    The document outlines a government solicitation for a contract with the Centers for Disease Control and Prevention (CDC) to provide serological assays for the detection and characterization of influenza viruses. The contract spans a base period of one year starting June 4, 2025, with four optional extension periods. The core tasks include performing hemagglutination inhibition (HAI) assays to analyze human serum samples and developing new serology assays. Companies may also implement optional "surge support" testing to respond to unexpected demand. The contract requires compliance with various government regulations, including travel and operational safety standards. The contractor must meet performance-based metrics, such as maintaining high accuracy and timely reporting of results. Deliverables include technical reports, training of CDC staff on assay protocols, and regular status updates. Overall, the document serves as a formal request for proposals, emphasizing the need for high-throughput testing capabilities in response to ongoing public health challenges associated with influenza surveillance and vaccine effectiveness studies. The government is focused on achieving efficient, reliable testing services while fostering innovation in serological assay methods.
    Lifecycle
    Similar Opportunities
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
    Various Roche Cobas® 5800 Rental Reagent Package with Reagents, Controls, Consumables and Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure a rental reagent package for the Roche Cobas® 5800 diagnostic system, which includes essential reagents, controls, consumables, and maintenance services. This procurement aims to enhance the capabilities of healthcare facilities in conducting reliable and efficient testing for infectious diseases, particularly for HBV, HCV, and HIV, as outlined in the accompanying catalog of medical kits and components. The extensive range of products available is crucial for public health initiatives, ensuring timely and accurate diagnostics. Interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or call 301-827-4879 for further details regarding this presolicitation opportunity.
    NIAID Virology Quality Assurance
    Buyer not available
    The National Institute of Allergy and Infectious Diseases (NIAID) is soliciting proposals for the Virology Quality Assurance (VQA) program under RFP number 75N93024R00030, aimed at providing comprehensive quality assessment for virologic testing related to HIV and other viral pathogens in clinical trials. The program's objectives include ensuring the validity of laboratory data through proficiency testing, real-time assay validation, and the development of performance standards, while also addressing public health emergencies and increasing laboratory demands. This initiative is crucial for maintaining high-quality laboratory practices and supporting ongoing research in virology. Proposals are due by April 8, 2025, and interested parties should direct inquiries to the primary contact, Shawnice Williams, at shawnice.williams@nih.gov or 301-761-5431.
    6550--Lab Testing Services - (HIV/HCV/HPV/On)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
    In Vitro Assessments of Antimicrobial Activity
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the In Vitro Assessments of Antimicrobial Activity (IVAAA) program through solicitation RFP 75N93024R00024. This initiative aims to support in vitro testing to evaluate the therapeutic potential of compounds against over 270 infectious agents, facilitating the development of vaccines, therapeutics, and diagnostics for infectious diseases. The program is critical for enhancing public health preparedness and response capabilities, particularly in addressing emerging health threats such as bioterrorism and infectious diseases. Proposals are due by March 10, 2025, with a funding range of $2,500 to $15 million available through January 14, 2033. Interested parties can direct inquiries to Alexander Beraud at alexander.beraud@nih.gov or Brian Madgey at brian.madgey@nih.gov.
    Request for Information (RFI) for Device and Maintenance Services for medical point-of-care molecular disease analyzer.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is issuing a Request for Information (RFI) to explore the market for medical point-of-care molecular disease analyzers, with the intent to replace its aging Cepheid GeneXpert systems. The USCG aims to procure approximately 55 new devices that can test for multiple diseases, including SARS-CoV-2, Influenza A and B, and various bacterial infections, emphasizing the need for FDA approval, high specificity and sensitivity, rapid turnaround times within 60 minutes, and compatibility with electronic health records. This initiative is crucial for enhancing the USCG's medical capabilities and ensuring timely disease detection among personnel. Interested vendors are encouraged to submit their responses by March 25, 2025, and can direct inquiries to Jamison Harned at jamison.w.harned@uscg.mil or by phone at 571-613-5151.
    Roche cobas® PRO Solution System Bundle Operating Lease
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for an operating lease of the Roche cobas® PRO Solution System Bundle. This procurement aims to acquire essential laboratory equipment, specifically analytical instruments, to support health initiatives and enhance testing capabilities. The associated supply list includes over 80 assay kits and cartridges, crucial for various laboratory tests, including those related to public health monitoring and response efforts, particularly in the context of ongoing health challenges. Interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or call 301-496-7015 for further details regarding the presolicitation notice.
    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.
    SOURCES SOUGHT: Reagents for Cepheid GeneXpert System
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for reagents compatible with the Cepheid GeneXpert System. This procurement aims to enhance diagnostic capabilities within the Navajo Area Indian Health Service, focusing on the provision of in vitro diagnostic substances, reagents, and test kits. The successful offeror will play a crucial role in supporting healthcare initiatives in Arizona, ensuring timely and accurate testing for various health conditions. Interested parties should contact Flora Washington at flora.washington@ihs.gov or call 928-380-8345 for further details regarding the submission process and requirements under the Buy Indian Act.
    Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
    Buyer not available
    The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is soliciting proposals under the Broad Agency Announcement (BAA) BAA-23-100-SOL-00004 for advanced research and development of Medical Countermeasures (MCMs) aimed at addressing public health threats such as chemical, biological, radiological, and nuclear (CBRN) incidents, as well as emerging infectious diseases and pandemic influenza. The initiative seeks to foster public-private partnerships to enhance the development and responsiveness of life-saving MCMs, emphasizing the importance of technological maturity, regulatory compliance, and manufacturing standards in the evaluation process. This opportunity is critical for strengthening national health security and improving preparedness for future public health emergencies, with an open submission period running until September 25, 2028, at 4:30 PM Eastern Time. Interested parties can direct inquiries to BARDA-BAA@hhs.gov for further information.