Scientific, Technical Research and Project Management Support Services for USAMRIID
ID: HT942525R0005Type: Solicitation
Overview

Buyer

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

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; R&D ADMINISTRATIVE EXPENSES (AN14)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals for scientific, technical research, and project management support services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located in Frederick, Maryland. The procurement aims to provide non-personal contractor support to enhance USAMRIID's mission of protecting military personnel from biological threats and managing public health risks associated with infectious diseases. This initiative is critical for advancing biodefense capabilities, requiring contractors to possess expertise in various scientific disciplines and compliance with stringent safety regulations in high-containment laboratory environments. Interested parties must submit their proposals by May 22, 2025, and can direct inquiries to Christina Lewis at christina.m.lewis14.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) seeks contractor support for scientific, technical, and project management services to enhance its mission of protecting against biological threats. Located at Fort Detrick, Maryland, USAMRIID collaborates with various Defense and public health agencies to conduct research on medical countermeasures. The document outlines the organizational structure, including divisions focused on bacteriology, molecular biology, virology, diagnostics, and core support, detailing their functions and research goals. Contractor responsibilities encompass providing project management, scientific support, and technical expertise. This includes research in pathogenesis, diagnostics, and countermeasure development for biological agents. Specific divisions require personnel skilled in handling hazardous agents, adhering to strict compliance with safety regulations. Tasks include supporting clinical trials, developing diagnostic protocols, and managing laboratory operations. The RFP emphasizes the necessity for qualified personnel able to navigate regulated environments while contributing to the advancement of biodefense initiatives, underscoring the importance of collaboration with the military and private sectors. This initiative reflects the government’s commitment to maintaining operational readiness against biological threats, highlighting the intersection of health safety and national defense.
    The U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) seeks contractor support for scientific, technical, and project management services aimed at enhancing biodefense capabilities against biological threats. This procurement addresses the needs of USAMRIID's divisions, including Bacteriology, Molecular Biology, Virology, Diagnostics, and Core Support, enabling advanced research in countermeasures like vaccines and therapeutics. The document details organizational mission objectives, core functions, and specific requirements for personnel, emphasizing collaboration with various DoD organizations and external partners. Contractors are expected to provide qualified personnel for research projects, maintain compliance with stringent regulatory standards, and support extensive laboratory operations operating at high biosafety levels. The contractor will assist in clinical research, diagnostics development, and education programs, underscoring the role of USAMRIID in ensuring military readiness against biothreats. Overall, this document outlines a comprehensive plan for enhancing USAMRIID's research efforts and operational effectiveness through contracted assistance while maintaining high-quality scientific standards.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework the government will use to ensure that a contractor’s performance meets the specifications detailed in the Performance Work Statement (PWS). Its primary purpose is to ensure accountability for quality control and encourage improvements in service quality. The QASP details the scope of services required across various divisions, including Bacteriology, Molecular Biology, Virology, and Diagnostics, mandating specific scientific and technical support roles, including personnel qualified in stringent containment levels (BSL-2, BSL-3, and BSL-4). The document specifies the government’s methods for monitoring contractor performance through periodic inspections, customer feedback, and detailed surveillance schedules. Nonconformance Reports (NCRs) document any service discrepancies, categorized by severity, with corrective actions defined for levels of nonconformance. The plan emphasizes that the contractor must maintain high standards and document compliance through regular progress reports and quality control plans. It also highlights the contractor's responsibilities for manpower reporting and compliance with various federal regulations. This comprehensive document serves as a living framework, subject to updates based on performance analysis and changing mission requirements, thereby fostering a dynamic approach to government contract management.
    The Quality Assurance Surveillance Plan (QASP) outlines the methods the Government will utilize to ensure contractor performance aligns with the contract's terms and the Performance Work Statement (PWS). Its primary objectives are to ensure quality control, hold contractors accountable, and enhance service quality. The plan encompasses various divisions, including Bacteriology, Molecular Biology, Virology, and others, each tasked with specific scientific research and project management responsibilities, particularly concerning biological threats. Key components include a Contractor's Quality Control Program, Government quality assurance measures, methods of surveillance such as periodic inspections and customer feedback, and detailed reporting on nonconformances. The document emphasizes a structured approach to monitoring contractor performance, including grading nonconformances on a scale of minor, major, or critical, determining the appropriate actions based on severity. Additionally, the plan includes specific deliverables and performance indicators, such as weekly and monthly reports, maintenance of training certifications, and compliance with government regulations. Overall, this QASP ensures effective oversight of contracts related to critical research on biological threats, reinforcing the Government's commitment to public health and safety through rigorous monitoring and quality assurance practices.
    The document is a Non-Disclosure Statement for employees and subcontractors working with the US Army Medical Research Institute of Infectious Diseases (USAMRIID). It outlines the obligation of individuals to protect sensitive information they may encounter while fulfilling their contract duties. This includes proprietary technical, financial, and negotiation data. The agreement prohibits unauthorized use or disclosure of such information, with severe repercussions for violations, including legal action and potential claims from other companies. Exceptions to the confidentiality obligations are specified, such as public domain information and disclosures approved by the contracting officer. The statement also requires individuals to inform any prospective employers about these confidentiality obligations before accepting a new job. The document emphasizes the importance of safeguarding sensitive information in the context of government contracting, reflecting the broader implications for federal RFPs and grants, where confidentiality is vital for maintaining competitive integrity and compliance with regulations.
    The document outlines historical labor categories and descriptions related to scientific, technical, and project management support services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). It serves as a reference for offerors responding to RFPs, emphasizing that these categorizations are not mandatory and are intended to provide insights into the effort's scope. Key personnel categories include highly specialized roles such as Biostatisticians, Clinical Data Managers, Physicians, and Computational Biologists, each with detailed descriptions of responsibilities and required qualifications. Educational and certification requirements are mandated for contractor personnel, ensuring compliance with respective licensing agencies. The document emphasizes the importance of providing the best-suited labor mix rather than adhering to historical data, encouraging offerors to propose solutions aligned with their approaches to accomplishing the contract tasks effectively. This summary is critical for understanding the personnel requirements and expectations in proposals submitted for federal grants and contracts, focusing on high-level qualifications in scientific research and management within the realm of medical defense.
    The document outlines labor categories and descriptions for scientific, technical, and project management support services for the USAMRIID, providing historical data intended to guide offerors in estimating the necessary workforce effort for various tasks associated with active and surge awards. It emphasizes that this historical data should not be viewed as mandatory but as a reference for offerors to devise their optimal labor mix. Required qualifications for contractor personnel, including licensure and certifications, are specified for various roles such as physicians, nurses, biostatisticians, clinical research associates, and laboratory technicians. Key personnel roles and responsibilities are highlighted, with a focus on expertise in fields like clinical data management and bioinformatics. Furthermore, the document encompasses detailed descriptions of each labor category, outlining their responsibilities and required qualifications, promoting compliance with relevant regulations while encouraging originality in proposed solutions. Collectively, the document serves to inform potential contractors about the expectations of the government and the qualifications necessary for successful completion of performance-based acquisitions in the biomedical research domain.
    The file outlines personnel requirements across various divisions involved in bacterial immunology, molecular biology, virology, diagnostic systems, and related fields within a governmental research framework. It identifies specific roles needed, categorized by job titles, labor categories, and their respective estimates of personnel needed across different programs, particularly the Biosurety Personnel Reliability Program (BPRP) and the Controlled Substance Personnel Reliability Program (CS-PRP). Each division lists positions such as lead scientists, technicians, and project managers, detailing the number of personnel required for activities related to research, technical support, and management. For example, the Bacteriology Division requires a balanced mix of scientists and laboratory technicians, while the Diagnostic Systems Division emphasizes the need for skilled technicians in assay development and quality management. Overall, the document serves as a resource for agencies responding to Requests for Proposals (RFPs) or grants, ensuring compliance with personnel standards while addressing the need for specialized expertise in critical research areas. The total personnel requirements across all divisions sum up to 89 positions, indicating a significant demand for skilled labor in federal research initiatives.
    The document appears to be an error message regarding the inability to display its contents, likely pertaining to federal government RFPs, grants, and state/local RFPs. While no substantive information is provided, it highlights the importance of having updated software for accessing documents related to government contracting. Until the correct document is displayed, the analysis cannot proceed; however, the context implies a focus on federal and state initiatives aimed at funding and supporting various projects through formal proposals and competitive bidding processes. The RFP and grant processes are critical for organizations seeking government support and require careful attention to detail in following submission guidelines. However, without actual content from the intended file, no further analysis or summary can be provided.
    The document outlines a government procurement solicitation related to the provision of various computer systems with specific details regarding the acquisition of government-furnished property. It is structured with sections detailing the contracting officer's information, contract identifiers, and a comprehensive list of computer equipment items, primarily from Dell and Precision brands, including their descriptions and quantity specifications. Each item is listed with an indication of its availability for use as-is, highlighting the streamlined acquisition process envisioned for government operations. The purpose of this document is to facilitate the procurement of essential technology resources necessary to support government functions, ensuring compliance with Federal Acquisition Regulations (FAR). Overall, it serves as an official request for suppliers to provide the outlined items under the stipulated terms and conditions, contributing to operational efficiency and efficacy within the government sector.
    The document in focus appears to be an introductory communication regarding the compatibility of a PDF viewer, specifically concerning Adobe Reader. It emphasizes that the user might need to upgrade their viewer to access specific government files, which could include RFPs (Requests for Proposals) or grant information. The notice includes links for downloading the latest version of Adobe Reader and provides support details for users encountering issues. It briefly mentions trademarks related to operating systems and encourages user upgrades for optimal performance when dealing with federal RFPs and grants. Overall, the purpose of this notification is to ensure proper access to critical government documentation by urging users to resolve any technical limitations with their PDF viewing capabilities.
    The Chemical and Biological Personnel Screening and Evaluation Record is a government form used to assess individuals' qualifications and suitability for sensitive duties under the Personnel Reliability Program (PRP) related to chemical or biological roles. It outlines a structured process, requiring initial interviews, personnel security investigation reviews, medical records screenings, and drug testing. Each part of the form captures essential information such as the individual's name, security clearance level, and results of medical and drug tests. The certifying official evaluates and certifies an individual's suitability or unsuitability for PRP duties, which can involve access to sensitive materials. Denials or terminations from the program may occur due to various reasons, including drug-related issues or poor conduct. Proper documentation and review processes are mandated to ensure compliance with federal and military standards. This form serves a critical function in safeguarding public health and safety in fields involving hazardous materials.
    The document is a Personnel Reliability Screening and Evaluation form used by the Department of the Army to assess individuals for sensitive duties or access to controlled resources. It outlines various sections for collecting personal information, documenting personnel records, and evaluating potential disqualifying factors, such as drug abuse or legal issues. The form includes details on security clearances, drug testing results, and mental or physical condition assessments to determine suitability for specific roles, including positions like DA Civilian Police or Security Guards. The results of evaluations, including interviews and record checks, will influence decisions regarding the status of individuals for critical assignments. Compliance with specific regulations and privacy considerations is emphasized throughout the document, ensuring that the screening protects both public safety and individual privacy interests.
    The Biological Personnel Reliability Program (BPRP) outlines standards for ensuring the reliability of personnel handling Biological Select Agents and Toxins (BSAT). Key qualifying standards emphasize emotional and mental stability, dependability, and the ability to adapt to restrictive work environments. Candidates must also pass drug abuse tests and undergo a favorable personnel security investigation. Mandatory disqualifications include a history of alcohol use disorders, recent substance abuse, or related illegal activities. Possible factors for denial or termination involve prior alcohol incidents, mild alcohol use disorders, and behavioral issues like negligence or dishonesty regarding PRP responsibilities. The document serves as a guideline for federal and state/local RFP processes, focusing on personnel eligibility to ensure safety and integrity in handling sensitive biological materials. Assessment and decisions rely on a “whole person” approach when evaluating potential candidates’ suitability for the program, ultimately prioritizing the safety of operations involving highly regulated biological agents.
    The document outlines regulations regarding Organizational Conflict of Interest (OCI) as defined by the Federal Acquisition Regulation (FAR) Part 9.5. Its primary goals are to prevent conflicting roles that could bias a contractor's judgment and to eliminate unfair competitive advantages. Contractors are required to disclose any potential OCI, propose a Mitigation Plan for acceptance by the Contracting Officer, and adhere to strict confidentiality. Key restrictions include prohibiting contractors from competing for contracts if they have prepared the specifications for those contracts, or served in roles that could compromise objectivity. They must manage access to proprietary information responsibly. Certification of OCI status by contractors and their subcontractors is mandatory, and they must provide OCI training to employees involved in the contract. The document stresses the importance of the Contractor's cooperation with the Contracting Officer in ensuring compliance with these regulations throughout the contract's lifespan. Violations can lead to contract termination and disqualification from future opportunities. This is vital in maintaining fairness and integrity in federal procurement processes.
    The Performance Assessment Questionnaire is a crucial document used in the awarding of federal contracts, emphasizing the importance of accurate and comprehensive responses. Offerors must provide detailed information about their contracts, including company identification, contract specifics, and representative details. The evaluation section, to be completed by a designated point of contact, consists of various performance criteria. These include compliance with specifications, project management effectiveness, timeliness of deliverables, cost control for reimbursement contracts, and commitment to customer satisfaction, each rated on a scale from "Substantial Confidence" to "No Confidence." Respondents are also encouraged to provide general comments and information on other relevant efforts from the company. This structured assessment aims to ensure that contractors meet the necessary standards for performance and service delivery before federal contract awards, thereby supporting accountability and quality in government procurement processes.
    The document provides a detailed Supplemental Cost/Price Worksheet associated with a federal Request for Proposal (RFP). It outlines various Contract Line Item Numbers (CLINs) for different cost categories such as labor, other direct costs (ODC), and surge services over multiple option periods. Each CLIN indicates a fully loaded cost, fixed fee, and total cost for ODCs capped at $80,000. The worksheet is structured across several periods, including a base period and four option periods, with specific entries for labor, ODCs, and surge requirements, which are calculated as a percentage of the labor costs. The focus on fixed fees and cost-plus-fixed-fee arrangements suggests a structure aimed at aligning contractor compensation with performance while maintaining budgetary oversight. This format facilitates comprehensive cost estimation and adherence to federal funding regulations, essential for ensuring fiscal accountability and effective resource management in government contracts. Overall, the document serves as a crucial financial outline for contractors responding to the RFP, enabling clear accountability and structured financial proposals.
    The document serves as a Supplemental Cost/Price Worksheet for a federal Request for Proposal (RFP), outlining costs associated with various Contract Line Item Numbers (CLINs) over multiple option periods. It details costs across labor, Other Direct Costs (ODC), and surge pricing with a fixed ceiling of $80,000 allocated for travel-related ODCs in each period, while labor costs are indicated as $0.00, suggesting that currently, no labor has been specified. The worksheet is structured into base and four option periods, each summarizing labor, ODCs, and surge costs. Surge costs are projected as 10% of the total value of labor. The document emphasizes significant attention to tracking costs, ensuring transparency in financial dealings associated with government contracts. It is essential for contractors to accurately provide their proposed costs to align with federal requirements and facilitate proper funding allocation. Thus, this worksheet is vital in establishing a clear financial framework for evaluating contractor proposals in alignment with federal grant standards and local RFP practices.
    Attachment 15 outlines the federal government's Request for Proposals (RFPs) and grants aimed at addressing various state and local needs. The document targets the procurement of services and solutions in sectors such as healthcare, education, and infrastructure, detailing the criteria for eligibility, submission processes, and evaluation metrics. Key objectives include fostering innovation, enhancing service delivery, and ensuring compliance with federal regulations. Emphasis is placed on collaboration among government entities, non-profits, and private sectors to optimize resource utilization. Moreover, the attachment provides timelines for submissions, reporting requirements, and post-award management guidelines, reinforcing the importance of transparency and accountability. This comprehensive framework serves to guide potential applicants through the procurement process, ensuring alignment with governmental priorities and community needs while promoting effective project execution and funding allocation.
    The document details a Request for Proposal (RFP) for "Science Support Services," addressing various queries related to the solicitation process, particularly concerning key personnel, cost structures, and submission requirements. Key topics include the incumbent's ability to recompete, discrepancies in key personnel alignment across attachments, and requests to adjust the number of key personnel due to competitive concerns. It also outlines criteria for evaluating proposals, including experience with essential personnel reliability programs, management staffing, and cost realism based on proposed indirect rates. Supporting details emphasize the government's emphasis on fair competition, clarifying that letters of intent are no longer required for key personnel and that G&A can be applied to travel costs within specified ceilings. The government maintains that the total number of required key personnel will remain unchanged despite criticism that it disproportionately favors the incumbent. Additionally, feedback led to extensions for proposal submission deadlines and revisions to accommodate contractors facing challenges with personnel recruitment and past performance documentation. Overall, the document conveys the government’s commitment to ensuring a transparent and competitive bidding process while addressing contractor concerns to promote effective participation.
    The document is a Request for Proposal (RFP) for scientific and technical research support services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). It outlines the requirements for non-personal scientific, technical, and project management services, which are to be conducted according to a specified Performance Work Statement. The proposal consists of various contract line items (CLINs) for the base and option periods, including provisions for direct costs and a fixed fee. The project anticipates monthly invoicing, with options for surge support and other direct costs pegged at $80,000 per year. The inspection and acceptance of services will occur at designated government locations. The document emphasizes the need for compliance with federal regulations, including limitations on subcontracting and expectations for billing and payment. Overall, it highlights the government's commitment to obtaining quality research support while adhering to legal and procedural standards, establishing a framework for prospective contractors to prepare formal bids for government review and awarding.
    This document serves as an amendment to solicitation HT942525R0005, issued by the Army Medical Research Acquisition Activity. The primary purpose is to extend the proposal submission deadline to May 22, 2025, in response to queries from potential offerors, as outlined in Attachment 16. The solicitation is a follow-on contract aimed at providing services currently being rendered under an existing agreement. It is set aside for 8(a) small businesses, with a focus on recruitment, retention, and management strategies for personnel in specialized laboratory environments. The document includes instructions for proposal submissions, categorized into four main volumes: Technical, Past Performance, Cost/Price, and Business. Each volume has specific guidelines regarding format, content, page limits, and requirements for key personnel resumes. The government intends to evaluate submissions on a best-value basis, considering technical approaches, management strategies, experience, past performance, and cost factors. Past performance must be relevant and recent, evaluated within the context of previous contracts. This amendment encapsulates critical procedural updates for prospective offerors, reinforcing compliance with outlined submission standards while emphasizing the importance of technical merit and cost-efficiency in the evaluation process.
    The document is an Amendment to a Contract Solicitation for a project overseen by the Army Medical Research Acquisition Activity. Amendment 0002 addresses a follow-up question about subcontractor requirements, stating that prime contractors must submit cost/price information and past performance data for their subcontractors, irrespective of contract value thresholds. This amendment confirms that subcontractor details should be submitted to designated government contacts to safeguard sensitive information. The closing date for offers remains unchanged, and no additional questions will be accepted. The amendment aims to clarify submission responsibilities, emphasizing the prime contractor's duty to provide comprehensive information regarding their subcontractors by the proposal due date.
    Similar Opportunities
    BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT IN SUPPORT OF THE JOINT PROGRAM EXECUTIVE OFFICE FOR CHEMICAL, BIOLOGICAL, RADIOLOGICAL AND NUCLEAR DEFENSE (JPEO-CBRND), JPM MEDICAL AND JPL EB
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking research and development services in support of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), JPM Medical and JPL EB. The service being procured is for the identification of the best available science in the areas of research interest, including novel solutions and improved methods for developing medical countermeasures. The government is specifically interested in enabling technologies, life cycle bioinformatics, and improved logistics tracking. The procurement notice is available on SAM.gov and the JPEO-CBD website. Potential offerors are encouraged to communicate with the JPMO technical contacts for proposal ideas. For any questions or inquiries, contact usarmy.detrick.mcs.mbx.baa@mail.mil.
    DOD USAMRDC FY23-FY27 BROAD AGENCY ANNOUNCEMENT for Extramural Medical Research Department of Defense Dept. of the Army -- USAMRAA
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE DEPT OF THE ARMY is seeking extramural research and development ideas for medical research. The USAMRDC aims to provide solutions to medical problems for the American Service Member and the general public. This BAA solicits basic and applied research projects to advance medical science and technology. The selection process is highly competitive, and submissions are accepted throughout a 5-year period. Pre-proposals must be submitted through the electronic Biomedical Research Application Portal (eBRAP), and invited full proposals must be submitted through Grants.gov.
    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.
    Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is soliciting proposals under the Broad Agency Announcement (BAA) BAA-23-100-SOL-00004 for advanced research and development of Medical Countermeasures (MCMs) targeting chemical, biological, radiological, nuclear threats, and emerging infectious diseases, including pandemic influenza. The initiative aims to enhance public health preparedness by fostering partnerships with private organizations, government laboratories, and academic institutions to expedite the development of life-saving MCMs critical for national health security. Proposals will be evaluated based on scientific merit, technological maturity, and regulatory compliance, with an open submission period running until September 25, 2028, at 4:30 PM Eastern Time. Interested parties should direct inquiries to BARDA-BAA@hhs.gov for further information.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    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.
    BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC), has issued a Broad Agency Announcement (BAA) to solicit proposals for innovative research and development in chemical, biological, radiological, nuclear, and explosive (CBRNE) defense capabilities. This solicitation is open continuously for up to five years and invites proposals from educational institutions, nonprofit organizations, and private industry, focusing on areas such as detection technologies, modeling and simulation, and countermeasures to terrorism. The BAA is crucial for enhancing national defense capabilities and ensuring the Joint Warfighters' dominance on the battlefield and homeland defense. Interested parties can contact Marc Lukaszewicz at marc.s.lukaszewicz.civ@army.mil or Lionel Love at lionel.d.love.civ@army.mil for further information regarding proposal submissions and evaluation criteria.
    Request for Information (RFI) - BIQ Industry Day Announcement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is hosting an Industry Day focused on Biocontainment, Isolation, and Quarantine (BIQ) requirements, scheduled for February 11–12, 2026, in Stafford, Virginia. This event aims to engage industry members regarding the Biological Containment Isolation System (BCIS), Portable Patient Transport System (PPTS), and Shipboard Isolation System (SIS), facilitating discussions on current and future needs while gathering market research on existing technologies. These systems are critical for providing safe transport and isolation of individuals with highly contagious infectious diseases (HCIDs) in various environments, including field and shipboard settings. Interested participants must register via the Joint Enterprise Technology Tool (JETT) by January 28, 2026, with foreign attendees required to register by January 8, 2026. For further inquiries, contact Peter W. Stahley at peter.w.stahley.civ@army.mil or Dan Adams at dan.l.adams2.civ@mail.mil.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.