The Centers for Disease Control and Prevention (CDC) is seeking sources to provide centralized vaccine distribution of all vaccines purchased by CDC and States under the Vaccines for Children Program (VFC), CDC adult vaccine programs, and applicable State programs. Specifically, the distribution process includes receipt, storage, picking, packing, and shipping of refrigerated and frozen vaccines and also the storage and rotation of pediatric stockpile vaccines.
Description of Services:
The purpose of this requirement is to receive, store, pick, pack, and ship publicly-funded and state-purchased vaccine. Estimated annual volume is approximately 468,000 refrigerated shipments of approximately 90 million doses of vaccine product to roughly 44,000 providers who administer vaccine.
CDC places bulk vaccine orders via its federal contracts with vaccine manufacturers to create an inventory at designated distribution centers. In addition, there are some smaller nonfederal contracts used by State programs to replenish bulk inventory. The distributor receives individual provider orders through CDC's proprietary electronic ordering system for distribution. Individual Provider orders are entered into CDC's ordering system, and approved or held by 63 different Projects Areas comprised of states, selected major cities, and U.S. territories. Approved orders are sent electronically in a standard format from the CDC-approved system through an approved electronic network to the storage facilities. The orders are shipped directly from the storage facilities to the providers on a first expired, first out basis.
A small number of providers are not accessible through standard commercial carriers.
• Vaccines distributed to providers in the six Pacific Islands (American Samoa, Federated States of Micronesia, Guam, Marshall Islands, N. Mariana Islands and Palau) are delivered to a central depot or airport in each of the islands.
• Vaccines are shipped to a single depot in Alaska serving all Alaska providers.
The centralized distribution includes both vaccines purchased through the federal contracts with vaccine manufacturers and vaccines purchased through non-federal (i.e., state) contracts for the 63 Project Areas. Vaccines purchased through the federal contract will be held in a single physical inventory (not Project-specific). Vaccines purchased through Project contracts (non-federal) will be held in a single physical inventory, with Project-specific virtual inventory tracking and reporting required. Average throughput per month is approximately 36,500 orders with a low of approximately 24,000 orders per month and high months totaling approximately 65,500 orders per month. Average order size is approximately 190 doses. The pediatric stockpiles stored at the centralized vaccine distributor consist of 11 vaccine products totaling approximately 3.5 million doses; however, the number of products and total number of doses to be held in stockpile may change as a result of programmatic requirements.
Responsible parties capable of providing these services must respond in writing to the attention of the Contract Specialist listed in this announcement by December 6, 2010 at 4:00 p.m. ET. (NAICS) code applicable to these services is 493120, Refrigerated Warehousing and Storage, and the associated size standard is $25.5M. Capable parties must also provide in writing their business size relative to the NAICS Code listed.
As a part of your response to this notice, please provide the following information:
1. A full description of your capability to adequately store vaccines.
2. A description of your capability and approach to vaccine receipt, storage, picking, packing, and shipping.
3. A representation as to your business size relative to NAICS Code 493120, Size $25.5 Million.
This notice does not constitute a solicitation or a commitment by the Government to later publish a solicitation. No solicitation document is available. Information obtained from this announcement may be used to refine future requirements or develop future acquisition strategies. Capable parties must submit their ability to provide these services in writing to the attention of the Contract Specialist listed in this announcement by December 1, 2010 at 4:00 p.m. ET. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's assessment of the information received.