Ambr 250 High Throughput Bioreactor System
ID: PANDHA25P0000-007301Type: Sources Sought
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 Defense Health Agency (DHA) and the Army Medical Research Acquisition Activity, is seeking sources for the procurement of an Ambr 250 High Throughput Bioreactor System. This bioreactor is required to support up to 12 simultaneous cultures for both mammalian and microbial cells, with features such as automated aseptic processing, programmable control loops for pH and dissolved oxygen, and compliance with current Good Manufacturing Practices (cGMP) and 21 CFR Part 11 regulations. The system will enhance the capabilities of the Walter Reed Army Institute of Research's Pilot Bioproduction Facility for the production of monoclonal antibodies, aligning with the government's focus on advancing health technologies for military medical readiness. Interested parties should contact Brenda Mena at brenda.i.mena.civ@health.mil or Sharew Hailu at sharew.hailu.civ@health.mil for further details, with the performance period for the contract expected to run from June 2025 to May 2026.

    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
    Sources Sought
    Similar Opportunities
    Miniaturized Large Volume Infusion System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking information from vendors regarding a Miniaturized Large Volume Infusion System as part of a Request for Information (RFI) numbered HT9425-25-RFI-MMCIP. The system must meet specific requirements, including the capability to deliver multiple fluids and medications simultaneously, compact size and weight restrictions, and compliance with FDA approvals, while also being suitable for both military and civilian applications. This initiative is crucial for enhancing patient care in military settings, particularly in austere environments, and aims to refine procurement requirements based on industry feedback. Interested vendors should submit their detailed responses by March 28, 2025, and can contact Katherine Ramsburg at katherine.j.ramsburg.civ@health.mil or 301-619-2651 for further information.
    Microbial Testing Supplies - Bridge Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    Blood Plasma Spray Drying System
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the development of a Blood Plasma Spray Drying System. This procurement aims to acquire a specialized system that will enhance the processing and preservation of blood plasma, which is critical for medical applications in military and civilian healthcare settings. The project is expected to take place in San Antonio, Texas, and will involve the manufacturing of advanced measuring and controlling devices as classified under NAICS code 334519. Interested parties should reach out to Jeremy McMurry at jeremy.l.mcmurry.civ@health.mil for further details regarding the submission process and any associated deadlines.
    Maintenance Service_Quant Studio 5 qPCR Instrument
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is seeking a sole source contract for comprehensive maintenance services for the Applied Biosystems QuantStudio 5 qPCR Instrument. The procurement aims to ensure the instrument's operational efficiency and safety in sequencing viral and Rickettsial diseases, necessitating qualified technicians from Life Technologies Corporation, the sole manufacturer authorized to provide such services since 2020. This maintenance is critical for the ongoing functionality of essential medical equipment used by the government, with services including on-site repairs, preventive maintenance every six months, and emergency support. Interested parties can reach out to Shamai Carter at shamai.m.carter.civ@health.mil or Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil for further details.
    vitro diagnostic substances, reagents, test kits and sets
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is seeking proposals for a Women-Owned Small Business (WOSB) contract focused on procuring in-vitro diagnostic substances, reagents, and test kits, specifically targeting Biofire Defense products. This procurement is critical for developing reagents used in biological defense against warfare agents, with a total contract value of $64,978.00 for the unique 10x Buffer with BSA 50mM Mg2Cl2, which is essential for operational effectiveness. Interested vendors must submit their offers by March 8, 2025, at 2:00 PM local time, and can direct inquiries to Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or 301-319-9948.
    Biomedical Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of biomedical equipment through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing. The biomedical equipment is crucial for medical and surgical applications, ensuring that military personnel have access to essential medical technology. Interested vendors can reach out to Teresa Baxter at teresa.a.baxter.civ@army.mil or call 615-313-2658 for further details, while Sinamar Benauro is available at sinamar.b.benauro.civ@army.mil or 615-313-0774 for additional inquiries.
    Sterilizer, Surgical Instrument
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a surgical sterilizer as outlined in a Special Notice. The procurement requires a device that meets specific operational capabilities, including FDA clearance, the ability to sterilize a wide range of surgical instruments, and chamber dimensions of at least 12.0” in diameter by 23.5” in length, with a sterilization temperature range of 250°F to 275°F. This sterilizer is crucial for maintaining operational efficiency in military healthcare settings, ensuring that surgical instruments are properly sterilized to meet health standards. Interested parties should contact Werner Martin at werner.b.martin.civ@health.mil or Arturo Castro at arturo.castro8.civ@health.mil for further details regarding the submission process and requirements.
    Notice of Intent to Sole Source - FDA_2272025
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to issue a Sole Source Firm Fixed Price contract for the procurement of two Emulate Zoe CM1 Organ-On-A-Chip culture modules and one Orb Hub Module-1. This procurement aims to evaluate microphysiological systems (MPS) as alternatives to traditional in-vitro models in pharmacokinetic and toxicology studies, which are crucial for advancing FDA's scientific operations and regulatory practices. The selected modules will support the FDA's Division of Applied Regulatory Science (DARS) and must be delivered and installed within 12 months post-award at the FDA’s White Oak Campus in Silver Spring, Maryland. Interested suppliers who believe they can meet the requirements outlined in the Statement of Work are invited to submit capability statements by March 7, 2025, to Hilda Aryeh at hilda.aryeh@fda.hhs.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 proposals for 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 understanding and management of infectious diseases, thereby supporting national health security. Interested parties should note that this is an 8(a) set-aside contract, and inquiries can be directed to Christina Lewis at christina.m.lewis14.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil.
    PORTABLE OXYGEN GENERATOR SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified suppliers regarding a Portable Oxygen Generator System through a Sources Sought notice. The procurement aims to gather preliminary insights on medical devices designed for use in austere environments, focusing on supportability and maintainability standards that align with Department of Defense operational requirements. The system must comply with FDA regulations, deliver a minimum of 93% oxygen concentration, and include essential safety features, while also ensuring logistical support such as repair parts availability and comprehensive training for operators. Interested parties should contact Werner Martin at werner.b.martin.civ@health.mil for further details and to participate in the RFI process.