Inactive
Notice ID:79040
The Centers for Disease Control and Prevention intends to award a sole source firm fixed price ID/IQ to Charles River Laboratories, Inc., to obtain Specific Pathogen Free (SPF) embryonated chicken egg...
The Centers for Disease Control and Prevention intends to award a sole source firm fixed price ID/IQ to Charles River Laboratories, Inc., to obtain Specific Pathogen Free (SPF) embryonated chicken eggs for the National Center for Immunization and Respiratory Diseases (NCIRD), Influenza Division (ID), as recommended for the production of high growth reassortant influenza candidate vaccine viruses and live attenuated influenza virus vaccine (LAIV) candidates by the World Health Organization. Highest quality SPF chicken eggs shall be ordered quarterly or as needed, with delivery to be made weekly. A minimum of 360 SPF eggs and a maximum of 540 SPF eggs delivered in any one week delivery period. The quantity, amount and delivery scheduled will be stated on each individual delivery order with a 2-4 week notice for increases and/or decreases per week delivery. SPF embryonated eggs supplied by Charles River are used in human candidate vaccine production for influenza pandemic planning. Other sources were identified but not considered due to the vendors inability to satisfy requirements for SPF fertile chicken eggs. If a different vendor is awarded the contract, the genetic content and potential quality of eggs are subject to change. This may negatively affect the yield of vaccine candidates produced and the Virology, Surveillence and Diagnosis Branch’s ability to generate candidate vaccine viruses, which is mission-critical for the Influenza Division, NCIRD and the CDC. Continuing to receive SPF fertile chicken eggs from the current supplier will ensure the consistent quality of CDC’s influenza vaccine seeds and safeguard CDC’s ability to meet the mission of influenza pandemic preparedness by protecting the United States and the world. The contract will specify a period of performance for one year and contain four one-year option periods, to continue contractor performance up to a total of five years. This contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(b) and 41 U.S.C. 3304(a)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations; however, all quotations/responses received within five (5) days of the issuance of this notice will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any quotation/response should be emailed to contract specialist at Qrz9@cdc.gov by 12:00 pm 15 August, 2023.