Federal Bid

Last Updated on 12 Apr 2024 at 11 PM
Solicitation
Atlanta Georgia

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)

Solicitation ID 24-04205IRR
Posted Date 12 Apr 2024 at 11 PM
Archive Date 27 Apr 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Cdc Office Of Acquisition Services
Agency Department Of Health And Human Services
Location Atlanta Georgia United states 30333

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 $77,939,550.11.

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 an in response and support to current CDC approved re-organizations, the temporary creation and establishment of ceilings for two years  in support of 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% for Option Years 5 and 6. 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. As there are ongoing requirements that must be fulfilled to maintain readiness and responsiveness due to current studies.  Any 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 [email protected] no later than April 27, 2024, at 3:00 pm (EST).

Bid Protests Not Available