Veterinary Services
ID: HT942525R0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Veterinary Services (541940)

PSC

SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE (R416)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for veterinary services to support the Walter Reed Army Institute of Research (WRAIR) and the Naval Medical Research Center (NMRC) in Silver Spring, Maryland. The contract, which is a Total Small Business Set-Aside, aims to provide comprehensive animal husbandry and veterinary services over a five-year period, starting from March 15, 2025, to March 14, 2030, with options for renewal. These services are critical for ensuring the welfare of laboratory animals used in military medical research, adhering to strict regulatory compliance and quality control standards. Interested small businesses must submit their proposals electronically by February 26, 2025, and can direct inquiries to John Fitzsimmons or Jennifer Jackson via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contract providing Animal Husbandry and Veterinary Services at the Walter Reed Army Institute of Research (WRAIR) and the Naval Medical Research Center (NMRC). This non-personal services contract aims to support medical research for military personnel by managing care for various laboratory animals used in scientific investigations. The contract spans a five-year period, starting from March 15, 2025, to March 14, 2030, with options for renewal. Key responsibilities include maintaining animal facilities in compliance with relevant regulations, ensuring animal welfare, and conducting training for contractor personnel. It also emphasizes a robust Quality Control Plan (QCP) to meet performance standards, along with procedures for monitoring, reporting, and ensuring safety in the workplace. The document specifies personnel requirements, including roles for a Project Manager, Facility Managers, Veterinarians, and Compliance Coordinators, detailing qualifications and experience necessary for each position. Security requirements necessitate background checks and proper access control to ensure the safety of government installations. Overall, the PWS illustrates the government's commitment to high-quality veterinary services for research that impacts military health and readiness.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for evaluating performance in providing animal husbandry services at the Walter Reed Army Institute of Research/Naval Medical Research Center (WRAIR/NMRC). The contract aims to deliver comprehensive veterinary services while adhering to regulations such as the Animal Welfare Act and guidelines from the AAALAC. The QASP sets forth the monitoring criteria, responsibilities of government personnel, and performance requirements through a detailed matrix assessing various service areas, including animal care, sanitation, equipment maintenance, and emergency response. The plan emphasizes continuous performance evaluation to maintain high standards and address any discrepancies through corrective actions. Key roles include the Contracting Officer (KO), Contract Specialist (CS), and Contracting Officer’s Representative (COR), ensuring fair oversight of the contractor's compliance. Regular adjustments to the QASP may be made based on the evolving needs of the contract, with all parties coordinating changes collaboratively. This proactive approach underlines the government’s commitment to ensuring the quality and welfare standards are maintained in research animal services, reflecting best practices in laboratory animal care.
    The Walter Reed Army Institute of Research (WRAIR) has established a framework to identify, avoid, and mitigate Organizational Conflicts of Interest (OCI) in its contracting processes, as delineated by FAR Subpart 9.5. WRAIR categorizes its contract requirements into two areas: Global Support, which involves access to sensitive information and may influence contract awards, and Isolated Support, which is more focused with minimal access to sensitive data. The document outlines necessary actions for contractors, including a comparative analysis of current work and an OCI Mitigation Plan if a potential conflict exists. Moreover, it stipulates that all contractors must certify their OCI status within proposals and ensure their subcontractors do the same. The overarching goal is to maintain fair competition and safeguard impartiality in contracting decisions, enabling prospective Offerors to strategize their involvement while adhering to compliance measures. Violations of these principles may lead to sanctions such as disqualification from awards or contract terminations. This document is essential for maintaining integrity and transparency in WRAIR's federal contracting processes.
    The Covered Employee Participation Agreement outlines the responsibilities of individuals classified as "covered employees" under federal acquisition regulations. Participants must uphold confidentiality regarding non-public information, defined as governmental or third-party data exempt from public disclosure. This includes sensitive program details, pricing, and evaluations. Participants are obligated to sign a non-disclosure agreement and ensure the protection and proper disposal of non-public information. Furthermore, the document addresses personal conflicts of interest, emphasizing the need for impartiality in governmental interactions. Conflicts may arise from financial interests or relationships that could compromise the employee's objectivity. Participants must disclose any potential conflicts and refrain from involvement until resolved. The agreement highlights the potential disciplinary actions and legal consequences for violations of these obligations. Overall, this agreement is essential for maintaining integrity within government contracting and ensuring fair operations in federal and state procurement processes.
    The document outlines the requirements for key personnel involved in managing animal care and husbandry services for the Walter Reed Army Institute of Research (WRAIR) and the Navy Medical Research Center (NMRC) facilities. The roles specified include project management, facility management, research veterinarians, regulatory compliance coordinators, and various animal care and technical positions. Each role is detailed with responsibilities, including adherence to federal regulations, management of quality control programs, training staff, and providing veterinary care. The document emphasizes necessary qualifications, such as AALAS certification and years of relevant experience. It also includes a summary of pathology services and specifics about animal research protocols and compliance, aiming to ensure effective operation within the strict guidelines governing laboratory animal use. The key points reflect a strong focus on operational efficiency, regulatory compliance, staff training, and maintaining high standards for animal welfare across the involved entities.
    The solicitation HT942525R0031 seeks proposals for comprehensive husbandry and veterinary services at the Walter Reed Army Institute of Research. It outlines the need for contractors to provide labor and materials for husbandry, pathology services, and other direct costs (ODCs) over a five-year term, with periodic options for renewal. The proposal submission deadline is set for 26 February 2025, and is intended for small businesses, emphasizing a competitive best value selection process. Key objectives include an in-depth understanding of animal care in a bio-safety environment, the ability to comply with relevant regulations, and the capability to attract and retain qualified personnel. Contractors are also required to demonstrate past performance in similar roles, and their pricing proposals should reflect reasonable costs aligned with technical approaches. Completed proposals must be submitted in electronic format, adhering to specified guidelines and page limits to ensure thorough evaluation. The solicitation reflects the government’s commitment to maintaining high standards for critical veterinary services while ensuring compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Veterinary Services
    Currently viewing
    Solicitation
    Similar Opportunities
    Q702--Sepulveda Animal Research IOT&A
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Sepulveda Animal Research facility located in North Hills, CA. This procurement aims to provide essential contractor support services to ensure the facility is fully operational, thereby enhancing research capabilities for Veterans. The contract is a firm-fixed-price agreement with an estimated duration of 34 months and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in accordance with the Veterans First Contracting Program. Interested vendors must be verified as SDVOSBs by the VA and comply with the small business size standards for NAICS code 541614. The solicitation is anticipated to be posted around March 18, 2025, with responses due by April 10, 2025. Questions regarding this opportunity should be directed via email to Michele Laser at Michele.Laser@va.gov or Heidi Gallaher at Heidi.Gallaher@va.gov, as no phone inquiries will be accepted.
    AN42--Henry M. Jackson Foundation for the Advancement of Military Medicine
    Buyer not available
    The Department of Veterans Affairs intends to issue a sole source contract to the Henry M. Jackson Foundation for the Advancement of Military Medicine (HJF) for continued support of the War Related Illness and Injury Study Center (WRIISC) in Washington, DC. This procurement aims to maintain essential services and staffing expertise in military health research, particularly in response to the needs of veterans affected by complex occupational exposures. The WRIISC plays a critical role in providing post-deployment health expertise and ensuring compliance with mandates such as the PACT Act, which addresses veterans' health concerns. The contract is structured as a firm-fixed-price agreement, with a performance period from April 1, 2025, to March 31, 2030, including optional extensions. For further inquiries, interested parties may contact Contracting Officer Robert O'Keefe Jr. at robert.okeefejr@va.gov or by phone at 410-642-2411 x 25481.
    DRAFT RFP - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under a draft Request for Proposal (RFP) titled "DRAFT RFP - Materiel Fielding and Medical Liaison Support Services." The primary objective of this procurement is to provide comprehensive medical material support to Army components, ensuring healthcare readiness through effective program management, logistics analysis, and medical liaison services. This initiative is critical for maintaining operational efficiency and compliance with federal regulations, emphasizing the importance of qualified personnel in logistics and medical support for military operations. Interested parties, particularly small businesses, are encouraged to reach out to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Jason Goode at jason.h.goode.civ@army.mil for further details, with a total funding amount of $20,000,000 available for this contract, which spans from July 2025 to July 2030.
    Canine Veterinary and Kenneling Services near San Juan, PR
    Buyer not available
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking qualified small businesses to provide canine veterinary and kenneling services in Carolina, Puerto Rico. The procurement aims to ensure the health and operational readiness of canines utilized by the Office of Field Operations, with contractors required to meet specific technical requirements outlined in the Statement of Work (SOW). This contract is vital for maintaining the welfare of working dogs, which play a crucial role in border enforcement activities. Interested contractors must submit their quotes by March 4, 2025, with the contract featuring a one-year base period and four optional extensions. For further inquiries, potential bidders can contact Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    Scientific, Technical Research and Program Management Support Services for USAMRIID
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide scientific and technical research and program management support services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement aims to enhance research capabilities in biotechnology, specifically focusing on health-related research and development services. This opportunity is critical for advancing the U.S. military's medical research efforts, particularly in the field of infectious diseases. Interested parties should note that this is an 8(a) set-aside opportunity, and they can reach out to Christina Lewis at christina.m.lewis14.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil for further information.
    R602--Courier Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for courier services to transport laboratory specimens from the VA Puget Sound Healthcare System to various local facilities. The contract, valued at $34 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from June 1, 2025, to May 31, 2026, with four optional yearly extensions through May 31, 2030. This procurement is crucial for maintaining efficient logistical support for veteran healthcare operations, ensuring timely delivery of essential medical specimens. Interested vendors must submit their offers by February 21, 2025, at 1 PM local time, and direct any inquiries to Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for Biomedical Research Application Evaluation and Support Services (BRAES) to enhance the management of biomedical research applications under the Congressionally Directed Medical Research Programs (CDMRP). The procurement aims to provide comprehensive evaluation services, including compliance reviews, peer review management, and technical support, utilizing advanced systems for application submission and data management. This initiative is crucial for ensuring effective oversight and innovation in biomedical research, particularly for military personnel and the general public. Interested parties can contact Deanna Moose at deanna.s.moose.civ@health.mil or Jeanette Wolfe at jeanette.m.wolfe.civ@health.mil for further details, with proposals due as specified in the attached documents.
    DRD On-Site Support
    Buyer not available
    The Department of Defense, specifically the Naval Medical Research Center, is soliciting proposals for on-site support services under the title "DRD On-Site Support." The procurement aims to engage qualified contractors to provide technical representation and support related to instruments and laboratory equipment, which are crucial for ongoing research and development in the physical, engineering, and life sciences. The services will be performed at the Naval Medical Research Center located at 2624 Q Street, Building 851, WPAFB, Ohio, and are essential for maintaining the operational efficiency of research activities. Interested parties can reach out to Timothy Daniels or Michael Ponczek via email at michael.ponczek@us.af.mil for further information regarding the solicitation process.
    AN42 - Psychological Health and Research Support for the Naval Health Research Center
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractor support for Psychological Health and Research Support for the Naval Health Research Center (NHRC). This procurement aims to establish a Cost-Plus-Fixed-Fee type single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide health research operations, development, assessment, surveillance, and operational services to support the Psychological Health and Readiness Department of the Military Population Health Directorate at NHRC. The contract, which is critical for enhancing the psychological health and readiness of military personnel, is anticipated to have a five-year ordering period starting on July 11, 2025. Interested offerors should contact Helen Tyson at helen.tyson@navy.mil to express their interest, and they must monitor for the solicitation release, as no paper or electronic copies will be provided.
    NHRC MMS IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the NHRC MMS IDIQ contract, which focuses on research and development in the physical, engineering, and life sciences. The primary objective of this procurement is to secure health-related research and development services, which are crucial for advancing military health initiatives and ensuring the well-being of service members. Interested parties should note that the contract falls under NAICS code 541715 and PSC code AN42, emphasizing its focus on applied research in health care. For further inquiries, potential bidders can contact Shaina Sollenberger at 215-697-9674 or via email at shaina.sollenberger@navy.mil.