MODIFICATION
99 -- Dynamic Year-Round supply of Embryonated Eggs for Pandemic Influenza Preparedness
- Notice Date
- 4/11/2014
- Notice Type
- Modification/Amendment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Health and Human Services, Office of the Secretary, Acquisitions Management, Contracts, & Grants (AMCG), Office of the Assistant Secretary for Preparedness & Response (ASPR), Department of Health and Human Services, 330 Independence Ave. SW, G640, Washington, District of Columbia, 20201, United States
- ZIP Code
- 20201
- Solicitation Number
- 14-100-SOL-00004
- Point of Contact
- Pedro M. Godinez, Phone: 2022608500, Linda I Luczak,
- E-Mail Address
-
pedro.godinez@hhs.gov, linda.luczak@hhs.gov
(pedro.godinez@hhs.gov, linda.luczak@hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A FORMAL SYNOPSIS OF A PROPOSED CONTRACT ACTION NOTICE IN ACCORDANCE WITH FAR 5.2. THIS COMPETITIVE ACTION IS BEING PROCURED UNDER FULL AND OPEN COMPETITION. The Department of Health and Human Services (HHS), Biomedical Advanced Research and Development Authority (BARDA) and the Office of Acquisitions Management, Contracts & Grants (AMCG) seek to establish a contract for year-round supply of Embryonated Eggs for Pandemic Influenza Preparedness In less than 100 years there have been four influenza pandemics: The Spanish Flu of 1918, the Asian Flu of 1957, the Hong Kong Flu of 1968, and most recently the 2009 H1N1 outbreak. Production of a vaccine to immunize against the influenza strain causing the next pandemic must occur as quickly as possible at any time of year. The ability to achieve this objective currently is limited by the seasonal nature of influenza vaccine production and seasonal variability in the availability of supplies essential to vaccine manufacture. Assuring the early availability of a sufficient quantity of vaccine for the U.S. population in the setting of a pandemic will potentially prevent thousands of deaths and save billions of dollars. The Department of Health and Human Services (DHHS) has an obligation to promote capabilities that assure a pandemic vaccine can be produced at a U.S.-licensed influenza vaccine facility at any time of the year, without limitations imposed by the availability of essential supplies. In addition DHHS is interested in development of investigational influenza vaccine lots against potential pandemic strains. An ongoing program is designed to support these interests. The purpose of this requirement is to assure the year-round availability of sufficient embryonated hens' eggs and other essential supplies to support production of pandemic influenza vaccine at full current capacity. There are two (2) Mandatory Evaluation Criteria which Offerors must satisfy to be eligible for consideration under this solicitation: 1. U.S. Vaccine Manufacturing: The Offeror must provide evidence of access to domestic supplies of embryonated eggs and domestic FDA licensed facilities for the manufacture of bulk and fill-finished final container egg-based pandemic influenza virus vaccine for human use for the period of performance of the contract. 2. Biosafety Compliance: The Offeror must provide evidence the manufacturing facilities are in compliance with current WHO biosafety guidelines for pandemic vaccine manufacturing including BSL2+ enhanced biocontainment facilities and procedures. Additional Technical Evaluation Criteria are applicable and will be stated in the solicitation. There will not be a pre-proposal conference in the solicitation so all questions must be addressed to the Contracting Officer. Small Businesses interested in subcontracting opportunities can contact the Contracting Officer or Offerors identified on http://www.fbo.gov. Only one award is anticipated as a result of this solicitation. The period of performance for the proposed contract shall be 36 months with no option periods. It is anticipated the solicitation shall be issued within 15 days of this announcement. The solicitation, all related documents and amendments, if any, will only be released and available electronically through the http://www.fbo.gov. As such, no written, telephonic, facsimile or email requests for the solicitation package will be honored. Interested parties can register at the aforementioned site to receive procurement announcements by email. Since this solicitation will only be available electronically, it is solely the responsibility of interested parties to monitor http://www.fbo.gov for any solicitation amendments. Any responsive and responsible Offeror may submit a proposal to be considered by the Government. This notice does not commit the Government to making an award under this solicitation. No collect calls or facsimile transmissions will be accepted. All responses should be identified with the respective solicitation number 14-100-SOL-00004, name of company, business size, Point of Contract (POC) including email address, mailing address, telephone number, and fax number, should be submitted to the Contracting Officer identified in this notice. The NAICS code for this solicitation is 325412. NO OTHER PROCUREMENT INFORMATION IS AVAILABLE AT THIS TIME. All responsible sources are encouraged to submit an offer. Contracting Office Address: OS/ASPR/Acquisition Management Contracts and Grants (AMCG) 330 Independence Avenue, SW, Room G-644 Washington, District of Columbia 20201
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/14-100-SOL-00004/listing.html)
- Record
- SN03336377-W 20140413/140411234435-d9fdfe1ecd2da42356f99c24be029f19 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |