Assessment of African Green Monkeys as a Large Animal Model for Hantavirus Infections
ID: HT9425-25-NOI-TJB-01Type: 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)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Wake Forest University Health Sciences for the research project titled "Assessment of African Green Monkeys as a Large Animal Model for Hantavirus Infections." This study aims to establish the African Green Monkey as a viable model for understanding orthohantavirus infection and evaluating potential therapeutics. The contract is justified under FAR 6.302-1 due to WFUHS's unique capabilities in providing the required research services, with a NAICS code of 541715. Interested parties must submit their responses to Tara Borntreger at tara.j.borntreger.civ@health.mil by 12:00 PM EST on April 8, 2025, to be considered for this opportunity.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Scientific, Technical Research and Project Management Support Services for USAMRIID
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking contractor support for scientific, technical research, and project management services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located in Frederick, Maryland. The procurement aims to provide non-personal support services essential for USAMRIID's mission to protect against biological threats, investigate disease outbreaks, and develop medical capabilities against emerging biological agents. This opportunity emphasizes the need for qualified personnel with expertise in various scientific disciplines, including bacteriology, molecular biology, and virology, to ensure compliance with stringent safety regulations in BSL-2 through BSL-4 biocontainment laboratories. Interested parties should direct inquiries to Christina Lewis or Jayme Fletcher via the provided email addresses, with proposals due as outlined in the solicitation documents.
NHRC -Military Research services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting a sole source contract for military research services from ABT Global LLC. This procurement aims to provide comprehensive health research operations, development, assessment, surveillance, and operational services to support the Deployment Health Research Department's Military Population Health Directorate at the Naval Health Research Center (NHRC). The services are critical for enhancing the health and well-being of military personnel, ensuring effective health management and research capabilities. Interested parties can reach out to Esteffani Varela at 215-697-9112 or via email at Esteffani.varela.civ@us.navy.mil for further details regarding this opportunity.
PATIENT SAFETY MONITORING IN INTERNATIONAL LABORATORIES (pSMILE)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small businesses for a contract related to Patient Safety Monitoring in International Laboratories (pSMILE). The objective of this procurement is to enhance the capabilities of non-U.S. laboratories in conducting clinical trials in accordance with good clinical laboratory practices (GCLP), ensuring reliable test results and compliance with regulatory standards. The anticipated contract will support approximately 150 labs across 18 countries and includes key activities such as auditing lab compliance, supporting method validations, training laboratory staff, and managing a secure electronic repository for lab documentation. Interested organizations must submit detailed capability statements to demonstrate their expertise and relevant experience, with the contract expected to last for one base year and include six one-year options, potentially extending to a total of seven years. For further inquiries, contact Patrick Finn at patrick.finn@nih.gov or Robert Corno at cornorj@niaid.nih.gov.
Bio Threat Detection Instrument
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Safeware, Inc. for the procurement of a BioMeMe Bio Threat Detection Instrument. This new instrument is required to enhance the NIH Division of Fire and Rescue Services' capabilities by allowing simultaneous screening for 14 biological agents, replacing the outdated RAZOR Biothreat detection system that will soon be unsupported. The acquisition is critical for maintaining the NIH's FEMA Type I Hazardous Materials Unit designation and ensuring the safety of employees and visitors during biological research activities. Interested parties that believe they can fulfill the requirements must submit a capability statement by 9:00 AM (Eastern Time) on May 2, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
Notice of Intent to Sole Source - USAMRDC/DHA Marketing Tool Subscription
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), intends to issue a sole source contract to Global Action Alliance Inc for a Marketing Tool Subscription aimed at supporting the U.S. Army Medical Research and Development Command and the Defense Health Agency. This subscription will provide access to a commercial Artificial Intelligence tool designed to assist licensing professionals in identifying biotechnology and pharmaceutical companies that are suitable for licensing Department of Defense intellectual property, offering insights into patents, clinical trials, and company data. The procurement underscores the significance of technological advancements and partnerships in military medical research and development. Interested parties are encouraged to submit evidence of comparable services by the specified deadline; otherwise, the sole source award will proceed. For further inquiries, contact Skylar Wells at skylar.a.wells2.civ@health.mil.
Canine Models
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Command, is soliciting bids for the procurement of canine models intended for veterinary training purposes. The contract seeks to acquire healthy dogs that meet specific health criteria, including vaccination records, weight parameters, and reproductive status, emphasizing the importance of these canines in military training environments. The total award amount for this contract is approximately $2.75 million, with multiple deliverables required, and interested small businesses, particularly those owned by women, must adhere to the submission protocols outlined in the solicitation. For further inquiries, potential bidders can contact Cathy Harris at cathy.l.harris2.civ@health.mil or by phone at 210-221-3245.
Stereotaxic equipment and Components
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to David Kopf Instruments for the provision of stereotaxic equipment, components, and customer support services. This procurement is essential for conducting stereotaxic surgeries in animal studies aimed at understanding visual system plasticity during stroke recovery and its implications for vision-related disorders. The contract is set aside for small businesses, with a focus on ensuring that the specialized equipment meets the unique requirements of the NIH's research objectives. Interested parties who believe they can fulfill these requirements are invited to submit a capability package to Ms. Van Holley at holleyv@od.nih.gov by 9:00 AM ET on April 29, 2025, as oral communications will not be accepted.
Laboratory Reagents
Buyer not available
The Department of Defense, specifically the Naval Medical Research Unit South, is seeking capable vendors to provide laboratory reagents for surveillance and research of tropical infectious diseases in the USSOUTHCOM Area of Responsibility (AOR) based in Lima, Peru. The procurement aims to fulfill a critical requirement for laboratory materials essential for ongoing research efforts, with the intent to award a sole source contract to Belomed S.R.L. if no other capable sources are identified. Interested vendors must submit a capability statement, including management and technical data, by 12:00 PM Local Time on April 29, 2025, via email to Genaro Vasquez at genaro.m.vasquez.ln@health.mil, using the subject line "PAR250014." The contracting office is located at 3230 Lima Pl, Washington DC, 20521.
Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
Buyer not available
The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals under the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA) FA8650-20-S-6008, aimed at enhancing Airman health and performance through medical research. The initiative focuses on optimizing warfighter readiness by addressing various physiological and environmental factors affecting Airman performance, with eight specific research objectives including aeromedical evacuation and cognitive performance. This program represents a significant investment of approximately $480 million over a 72-month period, with awards ranging from $50,000 to $49 million, encouraging participation from all business types, including small businesses. Interested parties should submit white papers and proposals adhering to strict guidelines, with ongoing submissions accepted until April 30, 2026; for further inquiries, contact Nathaniel Baldwin at nathaniel.baldwin.1@us.af.mil or Ryan Mahoney at Ryan.Mahoney.9@us.af.mil.
SPT Labtech Service Contract
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source service contract to SPT Labtech Limited for the maintenance of liquid handling systems used in immunobiology research. The contract will support the B Cell Analytic group of the Vaccine Immunology Program, which relies on SPT Labtech's Firefly and Dragonfly systems to analyze immune responses in clinical evaluations related to HIV vaccines. This procurement is critical for ensuring data integrity and continuity in research, as SPT Labtech is the only vendor capable of providing the necessary services for these specialized instruments. Interested vendors may submit their capabilities statements to Seth Schaffer at seth.schaffer@nih.gov within 15 days of this notice, with the contract expected to be awarded within 20 days. The period of performance spans from May 27, 2025, to May 26, 2028, with the place of performance located in Gaithersburg, Maryland.