NOTICE OF INTENT TO SUBMIT A JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION FOR CEILING INCREASE TO THE INTERNATIONAL REAGENT RESOURCE (IRR) COST- PLUS-...

From: Federal Government(Federal)
24-19C04205-IRR

Basic Details

started - 24 Apr, 2024 (10 days ago)

Start Date

24 Apr, 2024 (10 days ago)
due - 09 May, 2024 (in 4 days)

Due Date

09 May, 2024 (in 4 days)
Pre-Bid Notification

Type

Pre-Bid Notification
24-19C04205-IRR

Identifier

24-19C04205-IRR
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (27040)CENTERS FOR DISEASE CONTROL AND PREVENTION (3205)CDC OFFICE OF ACQUISITION SERVICES (2794)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NOTICE OF INTENT TO SUBMIT A JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION FOR CEILING INCREASE TO THE INTERNATIONAL REAGENT RESOURCE (IRR) COST- PLUS- FIXED- FEE (CPFF) CONTRACT WITH AMERICAN TYPE CULTURE COLLECTION (ATCC)***This announcement supersedes Notice ID: 24-04205IRR***The Centers for Disease Control and Prevention (CDC), Office of Acquisition Services (OAS) on behalf of the National Center for Immunization and Respiratory Diseases (NCIRD) intents to issue a sole source modification to the current IRR Cost-Plus-Fixed-Fee (CPFF) contract (75D30119C04205) awarded to, ATCC, to increase the maximum value by $94,558,312.46.The purpose of the proposed modification will allow for the following: 1) re-establishment of the estimated CPFF cost for Line 5002-03 “OY5 Influenza Surge Option III” and Line 5004-04 OY5 DVD Surge Option IV. These lines allow for the acquisition and production of molecular and sequencing kits, for the detection and characterization of influenza and
SARS-CoV-2 viruses, and for acquisition and production of measles and rubella molecular and serological kits to be used for international surveillance and emergency response activities respectively;2) to increase the ceilings for the four program sites CORE lines (Listed as OY#001, OY#002, OY#003, OY#004 and OY#006) for the remaining Option Years 5-9 which serve as the Project Management CLINs where project management, shared laboratory and storage equipment, reagent order processing and shipping, website development and maintenance, and acquisition/storage of NCIRD-wide reagents are allocated; 3) to create CORVD lines for Option Years 6-9 for the remainder of the contract; 4) to establish ceilings for subCLINs associated with CORVD for Option Years 5-9 which will provide CORVD program with surge options at a 25%, 50% and 75% increases above the basic award as per the contract, as it is done for the other programs within NCIRD. These subCLINs allow rapid expansion of material acquisition, production, and distribution in the event of a public health emergency response;5) due to existing and emerging public health emergencies, and in response and support to current CDC approved re-organizations, the creation of new lines and the establishment of ceilings for those lines for the remaining Option Years 5-9 in support of the National Center for Emerging and Zoonotic Infectious Diseases (NCZEID) Division of Scientific Resources (DSR) and Division of Foodborne, Waterborne and Environmental Diseases (DFWED), as well as their respective subCLINs with surge options at 25%, 50%, and 75%. This will allow the production and distribution of viral, bacterial and vector borne molecular kits and positive controls as well as the ancillaries that support these assays. While the pathogens associated with DSR's needs are dependent on the Agency's identification of priority pathogens, the molecular kits for DFWED will be used specifically for the identification and characterization of Vibrio cholerae, Salmonella and Shigella pathogens. No other entities possess integrated capabilities and the specific expertise of ATCC. Engaging another contractor for this project would likely result in significant project delays, jeopardizing the success and support of the CDC's mission. Any delays could cause shortage of assay distribution for surveillance activities, and it would impact the Agency's readiness to attend to National Emergency Response activities associated with the laboratories testing of various deseases. A new contractor would require time to establish similar operational capabilities and familiarity with the specific requirements of this research area. Further, it is critical for consistency and continuation of testing to continue receiving the deliverables from the same source.The Justification and Approval for Other than Full an Open Competition Document (J&A) will be publicized as required by FAR Subpart 5.201(b)(1). However, information received from this notice will be considered. Inquiries shall be sent to Ada Torres Vega at cbp0@cdc.gov no later than May 9, 2024, at 4:30 pm (EST).

USALocation

Place Of Performance : N/A

Country : United States

Office Address : 1600 CLIFTON ROAD ATLANTA , GA 30333 USA

Country : United StatesState : GeorgiaCity : Atlanta

Classification

naicsCode 325413In-Vitro Diagnostic Substance Manufacturing
pscCode 6550In Vitro Diagnostic Substances, Reagents, Test Kits and Sets