Note of Intent to Award Sole Source
Type: Special Notice
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)
Timeline
  1. 1
    Posted Aug 13, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 8:00 PM UTC
Description

The Department of Defense, through the United States Army Medical Research Acquisitions Activity (USAMRAA), intends to modify an existing contract related to the CryoPreserved Platelets (CPP) project. This modification aims to increase the cost ceiling to accommodate the need for additional subjects in clinical trials, which is critical for advancing to Phase 3 and obtaining FDA licensure for CPP. The contract modification will cover various activities, including the recruitment of up to 400 more subjects, increased consultant and travel expenses, material costs, regulatory expenses, and site activations, with no other FDA-licensed manufacturers for CPP identified in the U.S. Interested suppliers are encouraged to respond in writing within 15 days of this notice, and inquiries can be directed to Peter Mitchell at peter.d.mitchell8.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 7:19 PM UTC
The United States Army Medical Research Acquisitions Activity (USAMRAA) announces an intent to modify an existing contract for the CryoPreserved Platelets (CPP) project, increasing the cost ceiling due to the need for more subjects in clinical trials. The modification is based on the performance of the contract research organization (CRO) working on the Phase 2 trial, which is essential for advancing to Phase 3 and seeking FDA licensure for CPP. The contract modification will encompass various additional activities costing up to 400 more subjects, increased consultant and travel expenses, material costs, regulatory expenses, and site activations. Market research reveals no other FDA-licensed companies within the U.S. to manufacture CPP, reinforcing the need for this sole-source modification. Eligible suppliers are invited to respond in writing within 15 days of the notice. The NAICS code for this requirement is 541715, with a size standard of 1,250 employees. Questions can be directed to Peter Mitchell at a specified email address prior to the response deadline.
Sep 3, 2024, 7:05 AM UTC
The United States Army Medical Research Acquisitions Activity (USAMRAA) intends to modify an existing contract with Scandinavian Biopharma for the development of a Phase 2 Clinical cGMP manufactured vaccine against Enterotoxigenic Escherichia coli (ETEC). This notice does not request proposals but aims to address a significant gap in infectious disease prevention for Warfighters, as no effective ETEC vaccine is currently available. Scandinavian Biopharma's Etvax vaccine, suitable for adult travelers, has shown safety and efficacy in trials, with the second generation offering improved strain coverage and stability. The contract modification will occur on a sole source basis, identified by NAICS code 325412, and the government's commitment to a competitive procurement process is noted. Interested parties have a fifteen-day window to respond with proof of capability before the contract is awarded. This notice underscores the government's effort to enhance vaccine options and promote public health for military personnel.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Cost Per Test (CPT): Blood Bank Reagent Testing Supplies for Transfusion Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of Blood Bank Reagent Testing Supplies for the Bayne Jones Army Community Hospital located in Fort Johnson, Louisiana. The procurement aims to secure comprehensive support, including the delivery of standardized testing supplies, maintenance of an integrated automated blood bank analyzer system, and adherence to regulatory compliance, particularly FDA standards. These supplies and services are critical for ensuring the operational efficiency and safety of transfusion services within the hospital. Interested vendors should contact Kevin Vijayan at kevin.vijayan.civ@health.mil or 210-538-4861, or Albert Lee at albert.a.lee.civ@health.mil for further details regarding the solicitation, which is expected to cover the contract period from 2025 to 2030.
Pharmacogenomics (PGx) Testing for Military Readiness Pilot
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a pilot program focused on pharmacogenomics (PGx) testing to enhance military readiness and healthcare delivery for Active-Duty service members. The initiative aims to establish standardized processes for routine PGx testing within the Military Health System (MHS), leveraging electronic health record (EHR) data to improve clinical decision-making and treatment outcomes. This program is critical for optimizing medication safety and efficacy, ultimately preventing adverse drug reactions and improving overall health conditions for military personnel. Interested parties should contact Dr. Lauren Palestrini at lauren.palestrini@mtec-sc.org, with a funding availability of $2.2 million and a project duration of up to 36 months. The Request for Project Proposals (RPP) is expected to be released soon, with a proposal preparation period of approximately 30 days.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
IDIQ for the purchase of human induced pluripotent stem cell-derived cells
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to award a sole-source contract for the procurement of human induced pluripotent stem cell-derived cells from Fujifilm Cellular Dynamics. This acquisition aims to support a research program focused on microphysiological systems (MPS), which are critical for advanced in-vitro models used in drug safety and efficacy assessments. The cells, including cardiomyocytes, neurons, astrocytes, and hepatocytes, will be cryopreserved and utilized by FDA scientists at the Center for Drug Evaluation and Research, ensuring continuity in ongoing projects due to the established partnership with Fujifilm. Interested vendors may submit capability statements within 15 days of the notice, with the response deadline set for 10 AM EST on May 2, 2025; inquiries should be directed to Telisha Wilson at telisha.wilson@fda.hhs.gov.
Notice of Intent to Award a Sole Source BPA
Buyer not available
The Defense Health Agency (DHA) intends to award a Sole Source Blanket Purchase Agreement (BPA) to Broughton Pharmaceuticals, LLC for the procurement of specialty pharmaceuticals, including oral, injectable, and inhalation forms. This procurement is being conducted under FAR 13.501(a)(1), indicating that no competitive solicitations will be available at this time, and it aims to ensure the military healthcare system has access to essential specialized health services and products. Interested parties may submit capability statements by April 30, 2025, at 2:00 PM EST, to the designated contacts, Oneil Sharpe and Mrs. Faatalivale M. Te’o-Lewis, for consideration regarding potential competitive procurement, although the final decision will rest with the government.
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services. The procurement aims to acquire a Commercial Patent Docketing and Database Software System to support the United States Army Medical Research and Development Command (USAMRDC) in managing patenting and licensing processes, ensuring compliance with legal requirements, and enhancing data management capabilities. This initiative is critical for effective intellectual property management within the medical research community, with the contract expected to be awarded by May 12, 2025. Interested parties should direct inquiries to Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil, and proposals must adhere to the specified submission guidelines to be considered.
Pyridostigmine Bromide Tablets
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking sources capable of providing Pyridostigmine Bromide Tablets (PB Tabs), specifically the USP 30 MG formulation, in compliance with FDA specifications. The procurement involves an estimated annual requirement of 27,000 packages, with each package containing 210 individually sealed tablets, and deliveries will be made to the Defense Distribution Center in Norfolk, VA. Pyridostigmine Bromide Tablets are critical for military use, and the contract will include a base year with four one-year option periods, allowing for adjustments based on service requirements. Interested vendors should submit their responses electronically to Contracting Specialist Rosbert Jones at rosbert.jones@dla.mil, ensuring all information remains confidential as per federal regulations.
REPIPET, (40 UL)
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of the REPIPET (40 UL), a commercial product essential for surgical appliance and supplies manufacturing. The contract will require the successful contractor to manufacture and design the REPIPET in accordance with specified requirements, including adherence to quality assurance standards and packaging protocols. This procurement is critical for maintaining the operational readiness of military medical facilities, ensuring they have the necessary equipment for effective patient care. Interested vendors should direct inquiries to Kelly L. Slagle at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to comply with the outlined terms and conditions, including a pricing validity of 60 days post-quotation submission.
Request for Proposal - 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 solicitation number W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, ensuring operational support for military personnel. This initiative is critical for maintaining healthcare capabilities within the Army, with a performance period spanning from July 3, 2025, to July 2, 2026, and options for additional years. Interested parties must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Molecular Diagnostics Analyzer and Reagents for detection of the Antibodies and Pathogens
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for a contract to provide a Molecular Diagnostics Analyzer and Reagents for the detection of antibodies and pathogens, including Herpes simplex virus (HSV 1 and 2), congenital cytomegalovirus (CMV), Candida auris, and Varicella Zoster Virus (VZV). The procurement aims to enhance diagnostic capabilities at the Joint Base Lewis McChord Health Contracting Branch by acquiring FDA-approved systems that can perform qualitative nucleic acid amplification testing (NAAT) with rapid results and minimal downtime. This initiative is critical for improving patient care and operational efficiency in public health laboratories. Interested parties are encouraged to submit their capabilities statements and relevant information to Cindy Means at cindy.j.means.civ@health.mil by the specified deadline, as this sources sought notice is for market research purposes and does not constitute a formal solicitation.