Semiautomatic Aerosol Propellant Filler
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Food and Drug Administration (FDA), Center for Drug Evaluation and Research (CDER), has issued a Sources Sought Notice to identify qualified vendors capable of providing a complete semiautomatic Aerosol Propellant Filler system. This system is intended for pressurized metered-dose inhaler (pMDI) formulations to support advanced pharmaceutical manufacturing research. This is for market research purposes only and is not a solicitation. Responses are due by April 14, 2026, at 10:00 AM.
Scope of Work
The FDA requires a complete semiautomatic Aerosol Propellant Filler system for filling pMDIs with traditional and next-generation propellants in a laboratory setting. The system must meet pharmaceutical-grade standards and include:
- Pressure Filler System: Adjustable dosing cylinder (0.5-20 ml), stainless steel (AISI 316L) product-contact parts, oil-free, compatible with 20 mm valve systems.
- Crimper System: Large crimping head for 20 mm valves, adjustable settings, stainless steel, oil-free.
- Crimp Height Measuring Gauge: Digital display (0.01 mm resolution), suitable for 20 mm containers.
- Propellant Pump System: Capacity up to 15 L/min, max pressure 2,000 kPa, compatible with LPG, DME, HFA, dual-stage filtration.
Additional requirements include spare parts, special tools, material certificates (EN 10204-3.1), delivery within 90 days, onsite installation, Factory Acceptance Testing (FAT), validation support, operator training (up to 6 personnel), and a minimum 1-year warranty with onsite repair. The delivery location is FDA, CDER, Office of Testing and Research, Silver Spring, MD.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: April 14, 2026, 10:00 AM
- Published: March 31, 2026
Information Requested from Vendors
Interested parties must respond using the attached SSN Response Form, providing detailed information on:
- Company Identification: Legal name, DBA, address, website, size, UEI, CAGE, SAM.gov status.
- Business Size & Certifications: Classification (small/other-than-small), recommended NAICS code, size standard, revenue, employee count, socioeconomic certifications.
- GSA Federal Supply Schedule (FSS) Information: Existing GSA contracts, availability of equipment/services, pricing.
- Technical Capability: Ability to provide the complete system, experience with similar equipment, manufacturer relationships, previous federal contracts.
- Delivery & Installation: Ability to meet 90-day delivery, provide onsite installation and operator training.
- Warranty & Maintenance: Warranty coverage, included services, extended options.
- Pricing Information: Estimated pricing for CLINs, basis of pricing, validity.
- Subcontracting & Teaming: Anticipated use of subcontractors and existing arrangements.
Submission Instructions
Responses must be submitted using the attached SSN Response Form to Michele Jackson at Michele.Jackson@fda.hhs.gov by April 14, 2026, 10:00 AM. The email subject line should be: "Sources Sought Response – XXXX (company name) Aerosol Propellant Filler System."
Disclaimer
This notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or commit the Government to a contract. No costs incurred in responding will be reimbursed.