The Pharmacy Department in the Clinical Center at the National Institutes of Health (NIH) in Bethesda, Maryland has a need for the procurement of Influenza Virus Vaccine to fulfill the NIH Flu Vaccination campaign. The NIH yearly flu vaccination campaign is one safeguard to ensure that our patients do not become infected from staff members. Flu vaccinations are mandatory for all employees and contractors that might come into contact with our patients. Our program starts in late August each year with the first wave of employees receiving the vaccine being those that provide direct patient care. Once those employees are vaccinated, the flu vaccine is offered to the entire campus and various Institutes throughout the Maryland, Washington D.C. area.
The Center for Disease Control (CDC) and the World Health Organization (WHO) determine which strains of influenza will be included in the vaccine each year. This determination is made so that all potential manufacturers have enough time to produce their flu vaccine according to the prescribed guidelines for that year or season. Sometimes the strains will be the same as the previous season and they will change the makeup of the vaccines. This is a known influence on the vaccine market and manufacturers are prepared to deal with this variable from year to year. Thus knowing the exact flu vaccine from which manufacturer can only be determined once this strain determination has been made and the details of the various vaccines from the manufacturers is released to the industry.
Currently the manufacturers for Flu Vaccine are as follows:
CSL Limited GlaxoSmithKline Novartis Vaccines Medimmune
ID Biomedical of Quebec Sanofi Pasteur Protein Services
These manufacturers produce either a single vaccine category (e.g. pediatric), or several age specific and or dose size vaccines. The manufacturers for flu vaccines have not changed significantly over the past 8 years.
Because of this these variables NIH is unable to specify their exact yearly requirements past the 2017-2018 season other than the Government estimates to procure approximately 20,000 doses yearly.
Quantities and types of the vaccine will be determined prior to the issuance of a Task Order. As an estimating tool, the following table depicts the quantity and types of vaccines received for the 2017-2018 vaccine ordering season:
Fluzone® Influenza Vaccine Quadrivalent Pediatric .25 mL, 10 Pre-Filled Syringes 2 Boxes
Fluzone® Influenza Vaccine Quadrivalent 5 mL, 10 Doses Multi Dose Vials (MDV) 5 Vials
Fluzone® Influenza Vaccine Quadrivalent .5 mL, 10 Single Dose Pre-Filled Syringes 1800 Boxes
Fluzone® HIGH DOSE Influenza Vaccine .5 mL, 10 Single Dose Pre-Filled Syringes 160 Boxes
Flucelvax Influenza Vaccine .5mL, 10 Single Dose Pre-filled Syringes 2 Boxes
We are requesting that the boxes of preservative-free prefilled syringes be all from the same lot number. The boxes of preservative-free prefilled syringes must be approved by the FDA for administration to ages 4 years old and above.
Mandatory Requirements
-The vaccine must be purchased directly from the Specified US Manufacturer.
-The Clinical Center requires delivery of the flu vaccine to occur by August 22 each year.
-The delivery must be noted as an inside delivery to the address listed below.
Pharmacy Department
10 Center Drive
Building 10, Room XXX
Bethesda, MD. 20892
Attention: To Be Announced
The vendor responses must demonstrate their expertise in the areas described above. Please note that failure to specifically demonstrate capability to provide the required services in your response to this market survey may affect the Government's review of industry's ability to perform these services. The vendor's response shall be in sufficient detail to allow the Government to assess the capability of your firm.
The vendor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described.
This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information".
Vendors must send written capability responses by October 25, 2017, 9:00 a.m. Eastern Time to Lisa Schaupp, the Contract Specialist at the e-mail address [email protected]. For any questions regarding the response submission process, please respond in writing to the email address provided.