Request for Information: “Science Technology and Research Team (START)” Single Award Indefinite Delivery Indefinite Delivery (IDIQ) Contract
ID: HT9425-25-RFI-STARTType: Sources Sought
Overview

Buyer

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

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; R&D ADMINISTRATIVE EXPENSES (AN14)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 23, 2024, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), is seeking responses from qualified Small Business, Section 8(a) vendors for a Request for Information (RFI) regarding the Science Technology and Research Team (START) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The procurement aims to secure technical and professional support services for the 59th Medical Wing's (59 MDW) clinical and translational research activities, focusing on areas such as emergency medical care, operational medicine, and force health protection. This initiative is critical for advancing military health research and ensuring the effective delivery of healthcare services to Air Force personnel. Interested vendors must submit detailed capability statements by January 16, 2025, to the designated contacts, Lisa Wells Roark and Douglas Medcalf, with the understanding that this RFI is for planning purposes only and does not constitute a formal solicitation.

Point(s) of Contact
Files
Title
Posted
Dec 23, 2024, 5:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract to support the 59th Medical Wing (59 MDW) in its clinical and translational research activities. This single-award indefinite delivery indefinite quantity (IDIQ) contract will facilitate non-personal technical and professional services across various program areas, including Expeditionary Medicine, Operational Medicine, Force Health Protection, and Human Performance within the continental U.S. and Joint Base San Antonio. Key responsibilities of the contractor include managing task orders, providing personnel services, developing research execution plans, and ensuring compliance with government quality assurance standards. The contractor must maintain effective oversight of subcontractors and demonstrate adherence to security requirements for personnel access to government facilities. The contract will last for 60 months with periodic assessments based on performance metrics. Additionally, the document stipulates environmental compliance, extensive training requirements for contractor personnel, and the management of other direct costs. The overall focus is to establish an efficient, sustainable framework to enhance health service delivery to Air Force personnel, reflecting a concerted effort on research advancements in military health sectors.
Dec 23, 2024, 5:06 PM UTC
The Performance Work Statement (PWS) outlines a non-personal services task order for the Defense Health Agency (DHA) to support the 59th Medical Wing's enterprise-wide Technical Clinical Research Team (TCRT) at Joint Base San Antonio. This support will facilitate clinical studies, translational research, and innovations for combat casualty care and medical advancements. Key components include providing administrative, financial, regulatory, and clinical services essential for research execution, from concept development to FDA approval. The contractor is responsible for developing a Quality Control Plan (QCP) to ensure compliance, maintaining a stable workforce, and managing performance issues. Security requirements involve background checks and compliance with access controls. The contractor must also ensure all deliverables such as reports, invoices, and staffing plans are submitted on time and accurately, monitored under a Quality Assurance Surveillance Plan (QASP) by the government. Overall, the PWS emphasizes a collaborative approach, accountability for the contractor's staff, and adherence to military healthcare standards and protocols, highlighting the government's commitment to continuous improvement and innovation in military medicine.
Dec 23, 2024, 5:06 PM UTC
The U.S. Army Medical Research Acquisition Activity (USAMRAA) has issued a Request for Information (RFI) regarding the Science Technology and Research Team (START). This initiative seeks responses from Small Business, Section 8(a) vendors to support the 59th Medical Wing's (59 MDW) clinical and translational research activities. The required services include technical and professional support for research in fields such as emergency medical care, operational medicine, and force health protection. Vendors are invited to submit detailed capability statements that illustrate their experience managing large contracts ($90M+) in research and development. The RFI specifies that proposals must include documentation of past performance, NAICS codes used in government contracts, and feedback on the draft Performance Work Statements (PWS). The submission deadline is January 16, 2025, with responses to be sent directly to USAMRAA's designated point of contact. The RFI emphasizes that it is for planning purposes only and does not constitute a formal solicitation. The government reserves the right to utilize any submitted information for decision-making without any obligation to provide acknowledgment or feedback to the respondents.
Similar Opportunities
Systems, Engineering, and Integration Support
Buyer not available
The Defense Health Agency (DHA) is seeking information from potential contractors for Systems Engineering and Integration (SE&I) Support Services through a Request for Information (RFI). The primary objective is to identify qualified vendors capable of fulfilling the requirements outlined in a draft Performance Work Statement (PWS), which includes enhancing DHA's IT systems, particularly the Electronic Health Record (EHR) for military health services, and ensuring compliance with cybersecurity standards. This initiative is part of market research to inform future procurement strategies, with an anticipated contract comprising a twelve-month base period and optional extensions. Interested parties must submit their responses by April 10, 2025, and can direct inquiries to Saera Khan at saera.khan.civ@health.mil or Marcus Riley at marcus.j.riley3.civ@health.mil.
Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals from small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.
Sources Sought Notice - OMNIBUS IV Small Business On-Ramp
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), is issuing a Sources Sought Notice (SSN) for the OMNIBUS IV Small Business On-Ramp, aimed at identifying small businesses interested in participating in the Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for military medical research and development services. This initiative seeks to engage small businesses across various socioeconomic categories, including 8(a), HUBZone, Women-Owned, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned, particularly those not currently holding OMNIBUS awards, to enhance the military's health readiness and resilience through innovative research efforts. Interested vendors are encouraged to submit tailored capability statements detailing their relevant experience and interests, as the cumulative ceiling for these contracts is set at $10 billion, with numerous task orders already issued. For further inquiries, interested parties can contact the OMNIBUS IV Group at dha.ncr.cod-fc.mbx.dha-acq-omnibus-iv@health.mil.
Real Warriors Campaign
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking information from vendors to support the Real Warriors Campaign (RWC), which focuses on promoting mental health awareness and reducing stigma among military personnel and their families. The initiative requires campaign management support, including content development, outreach activities, and performance evaluation, aimed at addressing issues such as depression, suicide prevention, and substance abuse. This RFI is part of a broader commitment to enhance psychological health within the military community, with the anticipated performance period starting in July 2025 and lasting up to five years. Interested parties must submit a tailored Capability Statement by April 17, 2025, and can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or Jeanna Butler at jeanna.m.butler.civ@mail.mil for further information.
Request for Information for Structured Product Labeling (SPL) Document Support for DHA R&D - MRDC - ORA
Buyer not available
The Defense Health Agency (DHA) is seeking information through a Request for Information (RFI) regarding Structured Product Labeling (SPL) document support for its Research & Development Medical Research and Development Command (MRDC). The objective is to assess the feasibility of acquiring commercial solutions that facilitate the submission of SPL documents to the FDA for three licensed New Drug Application (NDA) products requiring labeling changes. This initiative is crucial for ensuring compliance with FDA regulations and maintaining the accuracy of product labeling, which is vital for public health and safety. Interested parties must submit their Capabilities Statements by April 17, 2025, detailing their ability to create, update, and submit SPL documents, along with adherence to technical standards and system validation processes. For further inquiries, respondents can contact Alana M. Sowers at alana.m.sowers.civ@health.mil.
Qdabra Forms Viewer License
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA) and the Army Medical Research Acquisition Activity, is seeking information on the Qdabra Forms Viewer License to support Microsoft form creation in SharePoint. This procurement aims to replace the current InfoPath forms, which will no longer be supported after 2026, ensuring a seamless transition to the new version of SharePoint for the Walter Reed Army Institute of Research (WRAIR). The selected software must preserve and migrate existing InfoPath forms, operate without client-side installation, and support various web browsers and SharePoint versions. Interested vendors should submit their capabilities statements to Mr. Keith C. Crum at keith.c.crum.civ@health.mil by 10:00 AM EDT on April 15, 2025, as this is a Request for Information (RFI) and not a solicitation for a contract.
Biostatistical Software
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is conducting market research for biostatistical software solutions, specifically targeting Cytel’s East Horizon software and its associated modules. The objective is to identify commercial items that can fulfill specific biostatistical requirements essential for meeting FDA regulatory standards in medical research. This RFI is crucial for gathering insights into available software that supports various clinical trial designs and statistical analyses across the ORA portfolios. Interested vendors are encouraged to submit white papers by April 23, 2025, to Matthew Gembe at matthew.w.gembe.civ@health.mil, with all submissions treated as proprietary and not returned.
Long Range Acquisition Forecast FY25.
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is issuing a Special Notice regarding the Long Range Acquisition Forecast for Fiscal Year 2025. This forecast aims to inform the business community about upcoming procurement plans, including various contracting opportunities that will be periodically updated as priorities evolve. The DHA is focused on enhancing healthcare delivery and operational readiness for military personnel, with significant initiatives such as the Remote Health Readiness Program and Enterprise Medical Coding services, which are projected to have substantial contract values over the coming years. Interested vendors can access detailed information and subscribe to notifications on the sam.gov website, and for further inquiries, they may contact Marco A. Cypert at marco.a.cypert.civ@mail.mil or Kevin Hodge at kevin.d.hodge8.civ@health.mil.
Workbench Software
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA) and the Army Medical Research Acquisition Activity, is seeking information regarding the procurement of Workbench Software for the Walter Reed Army Institute of Research (WRAIR). This Request for Information (RFI) aims to identify a commercial bioinformatics software solution capable of supporting DNA and RNA analysis, specifically for next-generation sequencing (NGS) workflows, interpretations, and visualizations. The software will play a crucial role in enhancing military health performance and readiness by providing advanced analytical capabilities for genomic data. Interested parties are encouraged to submit their capabilities statements electronically by April 14, 2025, to Mr. Keith C. Crum at keith.c.crum.civ@health.mil, with the contract's base period commencing on May 30, 2025, and extending through multiple option periods until May 29, 2030.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at enhancing the health readiness of military personnel. This procurement focuses on medical evaluation and screening services, specifically within the realm of mental health, as indicated by the NAICS code 621112. The services are critical for ensuring the well-being of service members and maintaining operational readiness. Interested vendors can reach out to Nakaura C Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the presolicitation notice.