4 pharmaceuticals: Sodium Chloride for Inj, 0.9 100ml/flexi-bag; Sodium Chloride for Inj, 0.9 250ml/flexi-bag; Amoxicillin 400mg/5ml, oral suspension powder, 100ml Bottle; and Meropenem for Inj, 1g powder/vial. See Attachments for Details.
*********MARKET RESEARCH ONLY************** THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no contract or purchase order will be awarded from this notice.... *********MARKET RESEARCH ONLY************** THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no contract or purchase order will be awarded from this notice. There is no solicitation available at this time; sources are being sought, however, the Administration for Strategic Preparedness and Response (ASPR), Division of Strategic National Stockpile (DSNS), is actively seeking sources for a specific requirement. The requirement pertains to the for a requirement the Administration for Strategic Preparedness and Response (ASPR) Division of Strategic National Stockpile (DSNS) has for the purchase and delivery of FDA-approved and cGMP compliant pharmaceuticals in quantities specified herein for a period of 12 months from any subsequent award made prior to 30 September 2023. The mission of the Strategic National Stockpile (SNS), Administration for Strategic Preparedness and Response (ASPR), is to stockpile pharmaceutical and medical products across the nation in order to support "emergency responses". Specifically, SNS has the need for an ample quantity of FDA-approved Sodium Chloride for Injection, 0.9 100ml/flexi-bag; Sodium Chloride for Inj, 0.9 250ml/flexi-bag; Amoxicillin 400mg/5ml, oral suspension powder, 100ml Bottle; and Meropenem for Inj, 1g powder/vial to be prepared for anticipated demand in the event of state, tribal, territorial and local health emergencies. The Government is still determining the acquisition strategy and whether this acquisition will be a small business set-aside, FAR Clause 52.219-14 - Limitations on Subcontracting (OCT 2022), applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The NAICS Code is 325412, Pharmaceutical Preparation Manufacturing The Product Service Code is 6505, Drugs and Biologicals Again, THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This is a market research tool used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regard to this notice. Please note the information within this notice will be updated and/or may change prior to an official synopsis/solicitation. THE REQUIRED PHARMACEUTICALS, QUANTITIES, UNITS OF MEASURE & PACKAGING, ETC, ARE PROVIDED IN ATTACHMENT-1. THE PROPOSED DELIVERY SCHEDULE IS IN ATTACHMENT 2. Vendors, please fill-in and return with your company submission the data requested in Attachment 1. CAPABILITY PACKAGE SUBMISSION REQUIREMENTS: It is requested that interested businesses submit a capabilities package demonstrating ability to provide the requested services. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring the requirement to be consistent with industry. Responses should reference the Sources Sought Notice and shall include the following information in this format: (a) Company profile to include number of employees, office location(s), Unique Entity ID (UEI) and CAGE Code. (b) Point of contact, telephone number, fax number, address, and email address (if available) (c) Business size, that is, large or small business for NAICS Code 325412. (d) Capability statement addressing aptitude to properly provide and deliver the specified FDA-approved and cGMP compliant pharmaceuticals as required per the attachments in addition to any information that demonstrates the ability of your company to provide the required pharmaceuticals. (e) Describe your ability to support the scope of the requirement listed in this notice and applicable attachments as a stand-alone company or as a teaming venture with other companies. Identify if those companies may be large or small businesses. (f) Is your company capable of delivering all four (4) FDA-approved products listed in the associated attachments? If not, please provide a list of the products your company cannot provide and the factors affecting their availability. (g) Is your company the FDA-approved manufacturer of the products you can supply or are the manufactured by a third-party manufacturer? Please list the manufacturer and place of manufacture for each pharmaceutical your company can provide. (h) If your company is Not the FDA-approved manufacturer of a product, is your company an FDA- authorized distributor or reseller of a required pharmaceutical? Please list all that apply. (i) Do you plan to team with a small business or a large business to provide the required pharmaceutical products? (j) Provide a Rough Order of Magnitude (ROM). The primary objective is to gather information for budgetary planning. Capable sources shall furnish the average pricing for the following products/services, which is solely for planning purposes only. RESPONSES ARE DUE on Wednesday 04 August 2023 by 12:00 PM Eastern Standard Time. Responses shall be sent via email to Bonnie Kennedy/Consultant for ASPR/SNS Contracting (Atlanta GA), email: fyq8@cdc.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »