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
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due May 22, 2025, 6:00 PM UTC
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 objective of this procurement is to support the CDC's Influenza Division by conducting hemagglutination inhibition assays on approximately 6,000 human serum samples annually and developing new serology platforms to enhance testing capabilities. This contract is critical for improving influenza surveillance and vaccine effectiveness studies, ensuring timely and accurate public health responses. Interested vendors should note that the new ship date for assays is March 31, 2025, with results due by April 15, 2025, and can contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020 for further information.

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 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 outlines an amendment to the solicitation 75D30125R73235, issued by the Centers for Disease Control and Prevention (CDC) for a contract aimed at providing serological assays for influenza virus detection and characterization. The amendment modifies the solicitation process, including updates to Federal Acquisition Regulation clauses, revised dates, and clarifications on Phase I requirements. It establishes a firm-fixed-price contract with optional cost-plus fixed-fee tasks spanning a base period and four subsequent option periods. The contract focuses on performing hemagglutination inhibition (HAI) assays on approximately 6,000 human serum samples annually, with provisions for increased testing capacity during outbreaks. It includes requirements for SOP development, proficiency testing, sample management, and the creation of reports on testing results. Optional tasks aim to develop new serology assays that could enhance testing capabilities. Key government-furnished materials will support testing and validation, while the contractor is responsible for quality assurance and compliance with safety regulations. The document reinforces the commitment to utilizing performance-based acquisition methods, ensuring the effective oversight of public health through improved influenza surveillance.
The document outlines an amendment to the solicitation 75D30125R73235, issued by the Centers for Disease Control and Prevention (CDC) for a contract aimed at providing serological assays for influenza virus detection and characterization. The amendment modifies the solicitation process, including updates to Federal Acquisition Regulation clauses, revised dates, and clarifications on Phase I requirements. It establishes a firm-fixed-price contract with optional cost-plus fixed-fee tasks spanning a base period and four subsequent option periods. The contract focuses on performing hemagglutination inhibition (HAI) assays on approximately 6,000 human serum samples annually, with provisions for increased testing capacity during outbreaks. It includes requirements for SOP development, proficiency testing, sample management, and the creation of reports on testing results. Optional tasks aim to develop new serology assays that could enhance testing capabilities. Key government-furnished materials will support testing and validation, while the contractor is responsible for quality assurance and compliance with safety regulations. The document reinforces the commitment to utilizing performance-based acquisition methods, ensuring the effective oversight of public health through improved influenza surveillance.
Mar 26, 2025, 3:07 PM UTC
The document outlines Amendment 2 of solicitation 75D30125R73235 from the Centers for Disease Control and Prevention (CDC) for contract services focused on developing and verifying serological assays for influenza virus detection and characterization. The contract emphasizes a competitive procurement approach with firm-fixed-price and cost-plus-fixed-fee tasks. Key components include providing sample testing services, with an estimated 6,000 tests per year, and optional surge capacities to handle higher volumes as needed. The performance work statement details the responsibilities surrounding the serological assays, including standard operating procedure (SOP) development, proficiency panel testing, and results reporting. It specifies both core and optional tasks, with timelines for periodic reporting and meeting engagements. The contractor's accountability in project management is highlighted, ensuring compliance with quality standards and timely communication with the government. Additionally, the document stresses the importance of using efficient travel practices and outlines potential travel requirements associated with training. The overarching aim is to enhance influenza surveillance capabilities while adhering to federal regulations and best practices, thus reflecting the CDC's commitment to public health and safety through scientific collaboration.
The document outlines the amendment of solicitation number 75D30125R73235 for serological assay services related to influenza virus detection, issued by the Centers for Disease Control and Prevention (CDC). It details the project's objective, emphasizing the necessity to support the CDC's Influenza Division in detecting and characterizing viruses for surveillance and vaccine strain selection. The contract comprises a base period (August 8, 2025 – August 7, 2026) and four optional renewal periods, with a total of 6,000 tests required annually, subject to possible increases of 50% or 75% for surge testing. Key tasks include performing hemagglutination inhibition assays, reporting results, and developing new serological assays. The government will provide essential materials such as protocols and controls, while the contractor will assume responsibility for sample testing, quality control, and project management. There are specific requirements for travel, deliverables, and compliance with federal regulations, including Section 508 accessibility standards. This procurement process adheres to federal contracting regulations, signaling a structured and performance-based approach to address immediate and ongoing public health needs.
Mar 26, 2025, 3:07 PM UTC
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.
Mar 26, 2025, 3:07 PM UTC
The document addresses technical questions regarding a proficiency panel related to serology testing, specifically using the hemagglutination inhibition assay (HAI). It details that the panel will consist of 20 test samples, including both positive and negative controls, and will feature three individual antigens that need separate testing. The primary objective is to determine serum titers against these antigens, with a requirement for back titration of the antigens to confirm their concentration in hemagglutination units (HAU). The matching seroconversion rate is defined by a 4-fold rise in paired samples, and laboratories must report viral titers, calibrated against a strain specified by the CDC. The document also indicates a preference for using turkey red blood cells for testing. This inquiry and response format highlights the specificity required in government RFPs related to public health testing standards and emphasizes compliance and clarity in protocol to ensure effective results from the proficiency panel.
Lifecycle
Title
Type
Solicitation
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.
ADULT COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking proposals for one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts to purchase U.S.-licensed COVID-19 vaccines specifically for adults aged 19 and older. The objective of this procurement is to leverage Section 317 vaccine purchase funds to acquire vaccines at prices lower than those available in the commercial market, thereby supporting state and local health departments in immunizing populations at risk of under-vaccination. This initiative is crucial for enhancing adult immunization coverage and ensuring effective public health practices, as the awarded vaccines will be distributed to health departments and programs across the United States, including territories. Interested suppliers should contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details, with a maximum procurement potential of 10 million doses and specific ordering requirements outlined in the solicitation documents.
PEDIATRIC COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award contracts for the procurement of U.S.-licensed pediatric COVID-19 vaccines as part of the Vaccine for Children (VFC) program. The initiative aims to ensure that eligible children under 18 years of age, particularly those who are Medicaid-eligible, uninsured, American Indian/Alaska Native, or inadequately insured, receive vaccines at reduced costs, thereby promoting effective immunization practices. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price delivery orders, emphasizes compliance with FDA regulations, strict delivery timelines, and the maintenance of vaccine integrity throughout the procurement process. Interested manufacturers can contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details regarding this opportunity.
Notice of Intent for BD Flow Cytometry Antibodies Reagents
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a Notice of Intent for a sole-source procurement of various flow cytometry antibodies from BD. The procurement encompasses 28 types of antibodies along with associated shipping and handling costs, which are critical for research and diagnostic applications in the field of immunology and infectious diseases. This opportunity is not a request for proposal; however, other suppliers capable of providing comparable products are invited to submit capability statements via the NIAID's electronic Simplified Acquisition Submission System (eSASS) by April 17, 2025, at 10:00 am. Interested vendors must register in the eSASS system to participate, and all submissions will be evaluated at the Government's discretion.
Neutrophil antibody testing and various blood products for the Department of Transfusion Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole-source contract to the American National Red Cross for neutrophil antibody testing and various blood products for the Department of Transfusion Medicine. This procurement aims to address the critical need for specialized blood products and testing services essential for patients with conditions such as sickle cell disease and Severe Aplastic Anemia, who require phenotype-matched blood and HLA-matched platelets. The anticipated period of performance for this indefinite delivery/indefinite quantity (IDIQ) task order is from May 1, 2025, through April 30, 2026, with a total estimated value not exceeding $250,000. Interested parties may submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 21, 2025, at 6:30 AM EST.
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.
Preventative Maintenance Agreement for Various Instruments in the Department of Laboratory Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a firm-fixed-price purchase order for a preventative maintenance agreement for various laboratory instruments located in the Department of Laboratory Medicine. The procurement involves maintenance services for specific proprietary instruments, including the 7500 FAST Real-Time PCR Systems and the 3500xL Genetic Analyzer, which are critical for the rapid detection of infectious agents from clinical samples. The performance period for this contract is set from May 1, 2025, to April 30, 2030, with a total funding amount not exceeding $250,000. Interested parties are encouraged to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 14, 2025, at 6:30 AM EST, as this is not a request for quotation.
Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the Survivor Clinical Center of Excellence (CCE) to provide healthcare services to eligible survivors of the September 11, 2001, terrorist attacks in the New York Metropolitan Area. The contract aims to deliver comprehensive health monitoring, diagnosis, and treatment services, ensuring that the unique health needs of these individuals are met effectively. This initiative is critical for supporting the ongoing health and well-being of survivors, as it is authorized under the James Zadroga 9/11 Health and Compensation Act of 2010. Proposals are due by May 5, 2025, with a question-and-answer phase concluding on April 11, 2025; interested parties can contact Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov for further information.
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.