Ambr 250 High Throughput Bioreactor System
ID: HT942525Q0036Type: Presolicitation
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, is soliciting proposals for the procurement of a Brand Name Ambr 250 High Throughput Bioreactor system to enhance monoclonal antibody production capabilities at the Walter Reed Army Institute of Research (WRAIR). The bioreactor must support up to twelve simultaneous cultures, be compatible with both mammalian and microbial cell cultures, and include features such as programmable control loops, automated processes, and real-time data display. This procurement is critical for advancing biotechnological research and vaccine development within a cGMP-compliant facility, with proposals due by July 15, 2025. Interested small businesses should direct inquiries to Brenda Mena or Sharew Hailu via email, and are encouraged to review all attached documents for detailed specifications and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Minimum Essential Characteristics (MEC) for a High Throughput Bioreactor required for government RFPs and grants. Key specifications include the capacity to process up to 12 simultaneous cultures of mammalian and microbial cells, utilizing single-use vessels, and featuring programmable PID control for pH and dissolved oxygen management. It emphasizes the integration of automated aseptic processes, full control of gas flow for headspace gassing, and the need for connections to analytical instruments for real-time data processing. The bioreactor must accommodate robotic liquid handling capabilities for sampling and liquid addition, along with features for scalable operation from a working volume of 100-250 mL to up to 30 L. Additional requirements include monitoring capabilities for pCO2, dissolved oxygen, and pH, as well as individual control for various parameters such as temperature, impeller speed, and gas flow. The system is expected to comply with 21 CFR Part 11 regulations, ensuring data integrity and security. Overall, the document serves as a comprehensive technical specification for procuring a bioreactor designed for sophisticated biological process management, underscoring the importance of automation, precision, and regulatory compliance in the context of government-funded research.
    The Statement of Work (SOW) outlines the requirement for a high throughput bioreactor to enhance the production capabilities for monoclonal antibodies at the Walter Reed Army Institute of Research's Pilot Bioproduction Facility (PBF). This cGMP-compliant facility develops vaccines for military-relevant infectious diseases, producing 500 to 2,000 doses per batch. The new bioreactor system should allow rapid and scalable fermentation processes through parallel operation of multiple bioreactors, significantly improving the efficiency of vaccine and drug development. Key deliverables include installation, site acceptance testing, operational qualifications, and comprehensive training for staff, with an overall contract period extending from August 2025 to August 2029. The contractor must meet various performance and compliance requirements, including technology aligned with safety regulations and capabilities for automated sample processing. The bioreactor must also ensure certain Minimum Essential Characteristics (MECs), such as real-time data display and programmability, to facilitate effective research development. This procurement reflects the U.S. Department of Defense's commitment to advancing medical capabilities for service members, addressing infectious disease challenges through innovative technologies.
    The document outlines the Minimum Essential Characteristics (MEC) for a High Throughput Bioreactor required for federal and state RFPs. The bioreactor must support up to twelve simultaneous cultures for Design of Experiments (DOE) and be compatible with mammalian and microbial cell cultures using single-use vessels. Key features include programmable PID control loops for pH and dissolved oxygen management, an integrated sterile operating environment for automated processes, and capabilities for analytical instrument integration. The bioreactor should allow robotic liquid handling, involve real-time data display and predictive scaling capabilities, and accommodate small volumes (100-250 mL) up to scalability of 30 L. Individual controls for temperature, impeller speed, gas flow, and sampling must be provided. Additional specifications encompass a clean in place (CIP)/sterilize in place (SIP) system for pumps and liquid lines. The MECs are designed to ensure the bioreactor can be effectively utilized in laboratory research settings and meet rigorous federal compliance standards, specifically concerning 21 CFR Part 11 requirements. The intention behind documenting these specifications reflects a commitment to advancing biotechnological research capabilities while emphasizing automation, efficiency, and regulatory adherence.
    The Walter Reed Army Institute of Research (WRAIR) requests the procurement of a high-throughput bioreactor system to enhance its Pilot Bioproduction Facility (PBF) capabilities for monoclonal antibody production. This cutting-edge bioreactor will allow simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The equipment will accommodate up to 12 parallel cultures and supports both mammalian and microbial cell cultures, with integrated controls for pH, dissolved oxygen, and automated processes. The contract specifies a base performance period spanning from June 2025 to May 2026, with options for annual extensions. Key deliverables include installation and operational qualification documentation, site acceptance testing, and ongoing maintenance. Compliance with FDA regulations, including 21 CFR Part 11, is essential for data integrity and security. The contractor must also provide training for personnel and ensure safety compliance per OSHA standards. This RFP reflects the government’s commitment to bolstering military health readiness through advanced biomanufacturing technologies, addressing both current and emerging infectious diseases that impact military personnel.
    The document outlines a federal government solicitation (HT942525Q0036) for the procurement of an Amber 250 High Throughput Bioreactor system, including installation, calibration, maintenance services, and associated shipping. Proposals are due by July 15, 2025, requiring interested parties to submit technical, past performance, and price proposals in three distinct volumes. The evaluation criteria emphasize a Lowest Price Technically Acceptable process, expecting an acceptable technical rating to qualify for contract consideration. Key deliverables include adherence to regulatory guidelines, such as 21 CFR Part 11 assessments, on-site repairs within 48 hours, and documentation for site acceptance testing. The contractor must also be an authorized reseller of the bioreactor. The solicitation further details submission requirements, including necessary representations and certifications, and underscores the significance of compliance with FAR clauses. Overall, this solicitation exemplifies the federal acquisition process, focusing on transparency, competition, and performance standards within government contracting.
    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.
    MTEC-26-01-BloodBag Request for Project Proposals Pre-Announcement
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the manufacturing of single blood donor collection and storage bags within the Continental United States (CONUS). This initiative aims to address the critical shortage of blood storage bags, particularly for use in forward military operations, by establishing domestic manufacturing capabilities to ensure rapid production in times of need. The selected proposals will focus on producing blood bags that meet specific FDA and military standards, with an expected funding availability of up to $4 million for initial awards ranging from $1 to $3 million, and a performance period not exceeding 42 months. Interested parties should contact Dr. Chuck Hutti at chuck.hutti@ati.org for further inquiries and must be members of the Medical Technology Enterprise Consortium (MTEC) to submit proposals, which are anticipated to be released shortly.
    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.
    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 Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    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.
    Distribution of CPRR Immunoassays for BioRad BioPlex Lab Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide the distribution of BioRad BioPlex laboratory reagents for the Seattle VA Medical Center. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for automated immunoassay instrumentation capable of performing a variety of diagnostic tests, including those for autoimmune diseases and infectious agents. These reagents and instruments are critical for enhancing laboratory capabilities in diagnosing and managing patient care within the VA system. Interested small businesses must submit their quotes by December 19, 2025, at 17:00 Pacific Time, and can direct inquiries to Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Dept Of Defense
    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.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to enhance defense acquisition processes by identifying and implementing IT modernization efforts and advanced technologies that align with strategic focus areas, particularly in logistics and supply chain management. The AMTR program is critical for addressing the evolving operational requirements of the DLA, with a projected funding of up to $50 million per year for three years, covering Fiscal Years 2024-2026. Interested vendors must submit full cost and technical proposals via email to the designated contacts by the initial closing date, with the BAA remaining open for five years and subsequent opportunities for White Papers after the initial evaluation period.