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
    Buyer not available
    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.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Buyer not available
    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
    Buyer not available
    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.
    Microbial Identification System (MIS)
    Buyer not available
    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
    Buyer not available
    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).
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    Sole Source Verdi G5 Laser-Diode System
    Buyer not available
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    JPEO-CBRND RFI - Innovation in Biologics Manufacturing
    Buyer not available
    The Department of Defense, through the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND), is issuing a Request for Information (RFI) focused on innovations in biologics manufacturing. This RFI seeks information on capabilities and technologies related to biologics manufacturing, specifically targeting cell-free production capabilities, advancements in process control, and methods to expedite drug substance release. The initiative aims to enhance medical solutions for crisis response and improve preparedness against future threats. Interested parties are encouraged to share their capabilities via the Joint Enterprise Technology Tool (JETT) platform, with no commitment from the government to issue a subsequent Request for Proposal (RFP).
    Peptide Synthesizer
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Peptide Synthesizer through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, indicating the need for specialized laboratory equipment. The Peptide Synthesizer is crucial for various defense-related research and development activities, enhancing capabilities in biochemical analysis and synthesis. Interested vendors should contact Michelle Ruybal at michelle.g.ruybal.civ@army.mil or call 801-386-4800 for further details regarding the submission process and deadlines.