This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.
Project Summary
The laboratory (Structural Informatics Unit) designs and studies the structure and epitopes display of influenza vaccine nanoparticles by immunogenicity, biochemical, and electron microscopic techniques. As such the purified influenza virus will be used to carry out research in vaccine purification, immunogenicity and image processing of electron microscopic images used to study vaccine particle structures assembled from purified influenza virus.
Project requirements:
- Influenza A/PR/8/34, Purified 1ml Liquid Purified Antigen at 2mg/ml, Store at -70C Lot:4XP231114 Manufactured Date: 111/14/2023 Titer: EID50=8.4 Additional Titer: HA=4096 (QTY=26)
- Influenza X-31 A/AICHI/68, Purified 1ml Liquid Purified Antigen at 2mg/ml, Store at -70C Lot:4XX210323 Titer: HA=65536 Additional Titer: EID50=10.0/ml (QTY=10)
- Influenza A/Victoria/3/75, Purified 1ml Liquid Purified Antigen at 2mg/ml, Store at -70C Lot:4XV181116 (QTY=4)
- Influenza A/HongKong/8/68, Purified 1ml Liquid Purified Antigen at 2mg/ml, Store at -70C Lot:4XH210305 (QTY=10)
- Influenza B/Lee, Purified 1ml Liquid Purified Antigen at 2mg/ml, Store at -70C Lot:4XL180322 Manufactured Date: 3/22/2018 Titer: EID50=8.7 Additional Titer: HA=16384 (QTY=10)
- Dry Ice (QTY=1)
- Freight Flat Amount (QTY=1)
Anticipated Period of Performance
It is anticipated that an award will be made on or about September 24, 2025. Delivery of equipment will be required as soon as possible.
Capability Statement/Information Sought
Small business concerns that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information.
Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.
One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.
The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.
The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.
The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Rashiid Cummins, Contract Specialist, at e-mail address Rashiid.Cummins@hhs.gov.
The response must be received on or before September 19, 2025, 10:00 AM, Eastern Time.
Disclaimer and Important Notes
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).