Serological Assays for the Detection and Characterization of Influenza Viruses
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 Centers for Disease Control and Prevention (CDC) is seeking proposals for Serological Assays for the Detection and Characterization of Influenza Viruses. This full and open solicitation (Solicitation No. 75D30125R73235) was previously suspended and has now been re-opened with procurement activities resuming. The services are critical for supporting the CDC's Influenza Division. Proposals are due by February 15, 2026.
Scope of Work
The contractor will perform hemagglutination inhibition (HAI) serological assays on human samples, with a base requirement of 6,000 samples per period of performance. This includes SOP transfer, proficiency panel testing, sample testing, and result reporting. Optional tasks include:
- Gap Analysis: Literature search and expert consultation to identify knowledge gaps and evaluate existing technology for a new serology assay.
- Assay Development: Design, validate, and deliver an improved serology assay comparable to HAI, utilizing high-throughput technology. Surge support is also required, with optional CLINs for 50% (9,000 tests) and 75% (10,500 tests) above base levels. Deliverables include HAI SOPs, proficiency panel reports, sample testing results, and various technical reports.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) for core services, with a Cost-Plus-Fixed-Fee (CPFF) completion optional task.
- Period of Performance: A base period from June 4, 2025, to June 3, 2026, followed by four 12-month option periods, extending through June 3, 2030.
- Place of Performance: Primarily at the contractor's facility, with some work at the CDC campus in Atlanta, GA.
- Set-Aside: Full and Open Competition.
- NAICS Code: 325413 (Pharmaceutical Preparation Manufacturing), Small Business Size Standard: 1,250 employees.
- Response Due: February 15, 2026.
- Published Date: December 11, 2025 (Amendment 5).
Submission & Evaluation
This is a two-phased procurement process:
- Phase I: Requires a Letter of Interest and proficiency panel results. Technical clarifications for Phase I testing have been provided, including details on test samples, controls, and reporting viral titer.
- Phase II: Requires Technical, Past Performance, and Cost/Price proposals. Evaluation Criteria: Award will be based on a best value tradeoff process, considering Technical (most important), Past Performance, and Cost/Price. Technical subfactors include Technical Approach, Management Plan, Staffing Plan, and Similar Experience (all equally weighted). Offerors must acknowledge all amendments with their proposal submission.
Key Amendments & Updates
- Amendment 5 (December 11, 2025): Re-opened the solicitation, resuming all procurement activities after a period of suspension. Reinstated Jennifer Gartzke as the Contracting Officer Point of Contact.
- Amendment 4 (April 15, 2025): Previously suspended the solicitation and progress into Phase II.
- Amendments 1, 2, 3 (February-March 2025): Extended Phase I dates, updated FAR clauses, clarified Phase I requirements, and adjusted various solicitation process dates. A Q&A document also provided technical clarifications for Phase I.
Contact Information
- Contracting Officer POC: Jennifer Gartzke (jgartzke@cdc.gov)
- Technical POC: Vic Veguilla (dhu3@cdc.gov)