Ambr 250 High Throughput Bioreactor System
ID: PANDHA25P0000-007301Type: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract for the Ambr 250 High Throughput Bioreactor System to Sartorius Stedim North America, Inc. This procurement aims to enhance the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research by developing a monoclonal antibody production capability, which is critical for producing biologics and therapeutics to address military-relevant infectious disease threats. The bioreactor system must support up to 12 simultaneous cultures, comply with current Good Manufacturing Practices (cGMP), and include features such as automated liquid handling and extensive control capabilities. Interested parties may submit their capability information by 2:00 p.m. EST on March 27, 2025, to Ms. Brenda Mena at brenda.i.mena.civ@health.mil, as this notice is not a request for competitive quotations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Minimum Essential Characteristics (MEC) required for a High Throughput Bioreactor, intended for federal RFPs and grants. The bioreactor must support up to 12 simultaneous cultures for both mammalian and microbial cells, utilizing single-use vessels and providing extensive control features, including programmable PID control loops for pH and dissolved oxygen. Key specifications include automated aseptic processing, integration with analytical instruments, and self-contained cooling systems. The design emphasizes a scalable vessel format, allowing for small volume high throughput from 100 to 250 mL, with the capability to scale up to 30 L. Each bioreactor requires individual controls for temperature, agitation, gas flow, and sampling, along with the ability to monitor and manage various gases and pH levels. Additionally, it must feature integrated clean-in-place systems and comply with 21 CFR Part 11 requirements for data integrity. This document is essential for guiding manufacturers and service providers in developing bioreactor systems that meet specific scientific and regulatory standards, emphasizing automation, precision, and scalability in bioprocessing applications.
    The Statement of Work (SOW) outlines a requirement by the Walter Reed Army Institute of Research (WRAIR) for a high throughput bioreactor to enhance its Pilot Bioproduction Facility's capacity to produce monoclonal antibodies. This bioreactor needs to accommodate up to 12 simultaneous cultures, facilitating rapid and scalable fermentation processes for the development of biologics and therapeutics. The SOW details the objectives, including the procurement of an integrated bioreactor system compliant with current Good Manufacturing Practices (cGMP) and 21 CFR Part 11 regulations, with essential features such as automated liquid handling, software for predictive scale conversion, and a one-year service and maintenance package. The performance period specified includes a base contract from June 2025 to May 2026 and outlines optional maintenance periods. The contractor is responsible for installation, site acceptance testing, and extensive operator training. Compliance with federal laws, especially related to health and safety, and data privacy, is emphasized throughout. The document reflects the federal government's emphasis on acquiring advanced technology to address health threats effectively and enhance military medical readiness, aligning with broader government RFP objectives for public health and safety innovation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    TX Bio Mermade PMA
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Tx. Bio LLC for Equipment Maintenance Services related to the TX Bio Mermade PMA. This procurement is necessary as Tx. Bio LLC holds exclusive maintenance agreements for the equipment in question, which is critical for ongoing research and development in biotechnology. Interested parties are invited to express their interest and capability to respond to this requirement, with all responses due by COB on December 30, 2025, to contract specialist Aminah A. Gary at uuu0@cdc.gov. The government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    Notice of Intent to Sole Source – Stemcell Technologies
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to StemCell Technologies Inc. for the procurement of EasySep cell separator kits for the Department of Laboratory Medicine at the NIH Clinical Center. These kits are essential for use with RoboSep instruments currently utilized in the laboratory, and StemCell Technologies is the sole manufacturer capable of meeting the specific clinical and research requirements of the department. Interested parties may express their interest and capabilities regarding this procurement, but the government retains discretion over the decision not to compete the requirement. Comments and inquiries should be directed to Kristin Nagashima at kristin.nagashima@nih.gov by December 19, 2025, at 12 PM EST.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    Notice of Intent to Sole Source – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.