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
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking contractor support for scientific, technical research, and project management services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located in Frederick, Maryland. The procurement aims to provide non-personal support services essential for USAMRIID's mission to protect against biological threats, investigate disease outbreaks, and develop medical capabilities against emerging biological agents. This opportunity emphasizes the need for qualified personnel with expertise in various scientific disciplines, including bacteriology, molecular biology, and virology, to ensure compliance with stringent safety regulations in BSL-2 through BSL-4 biocontainment laboratories. Interested parties should direct inquiries to Christina Lewis or Jayme Fletcher via the provided email addresses, with proposals due as outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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 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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Apr 4, 2025, 8:07 PM UTC
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.
Lifecycle
Similar Opportunities
Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals from small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.
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
Buyer not available
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.
Sources Sought Notice for Pest Management Services
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), is seeking qualified vendors to provide Pest Management Services for the Defense Centers for Public Health-Aberdeen (DCPH-A) at Aberdeen Proving Ground, Maryland. The procurement aims to establish a contract for comprehensive pest control services, including the setup of rodent bait stations, monthly inspections, and detailed reporting on pest activity, all in compliance with guidelines from the Armed Forces Pest Management Board and the Environmental Protection Agency. This initiative is crucial for maintaining a pest-free environment in a laboratory setting, ensuring the integrity of research operations. Interested parties must submit their capability statements by April 16, 2024, and can contact Marissa Manaway or Jesse Nisley via email 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.
A Human Multi-Organ Tissue Equivalent Platform to Model High Consequence Threat Agents
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking a contractor to develop a Human Multi-Organ Tissue Equivalent Platform aimed at modeling high consequence threat agents. This initiative focuses on creating a micro-engineered organ/tissue equivalent platform that will facilitate the modeling of pathogenic outcomes from emerging infectious diseases and the testing of medical countermeasures, particularly for respiratory viruses such as SARS-CoV-2, MERS, and pandemic H1N1 influenza. The project is critical for enhancing the military's capability to protect warfighters from both natural and manmade threats, ensuring rapid identification of effective medical responses. Interested contractors must submit their capabilities by 10:00 AM EST on April 14, 2025, and can direct inquiries to Kirstin L. Quinn at Kirstin.L.Quinn.civ@health.mil.
Administrative Support Services, WRAIR
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide Administrative Support Services for the Walter Reed Army Institute of Research (WRAIR). The procurement aims to gather capabilities from businesses to deliver comprehensive administrative support for senior personnel, including general administrative services, training support, and operational assistance, particularly for the Operations and Security Directorate and the Office of Global Operations. This contract, designated as an 8(a) set-aside, emphasizes the need for contractors to possess advanced skills in Microsoft Office and comply with security clearance requirements, reflecting the high standards of professionalism required in a military context. Interested parties must submit their responses to the Request for Information (RFI) by April 21, 2025, with the contract expected to commence in July 2025 and extend through four option periods, ensuring ongoing administrative support. For further inquiries, contact Nathaniel Reus at Nathaniel.a.reus.civ@health.mil or call 301-619-9209.
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services. The procurement aims to acquire a Commercial Patent Docketing and Database Software System to support the United States Army Medical Research and Development Command (USAMRDC) in managing patenting and licensing processes, ensuring compliance with legal requirements, and enhancing data management capabilities. This initiative is critical for effective intellectual property management within the medical research community, with the contract expected to be awarded by May 12, 2025. Interested parties should direct inquiries to Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil, and proposals must adhere to the specified submission guidelines to be considered.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
Small Laboratory Research Animals
Buyer not available
The Department of Defense, specifically the Army Medical Research Acquisition Activity, is seeking a reliable source of small laboratory research animals, including mice, rats, rabbits, guinea pigs, hamsters, and gerbils, along with related services such as diagnostics and surgical support. The procurement aims to ensure that these animals are Specific Pathogen Free (SPF) and bred by accredited facilities, which is crucial for supporting basic research and compliance with Good Laboratory Practices and FDA studies. This initiative is vital for the US Army Medical Research Institute of Infectious Diseases and other DoD agencies to maintain high standards in laboratory research. Interested vendors can reach out to Kirstin Quinn at kirstin.l.quinn.civ@health.mil or call 301-619-2480 for further details regarding the solicitation process.
Workbench Software
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA) and the Army Medical Research Acquisition Activity, is seeking information regarding the procurement of Workbench Software for the Walter Reed Army Institute of Research (WRAIR). This Request for Information (RFI) aims to identify a commercial bioinformatics software solution capable of supporting DNA and RNA analysis, specifically for next-generation sequencing (NGS) workflows, interpretations, and visualizations. The software will play a crucial role in enhancing military health performance and readiness by providing advanced analytical capabilities for genomic data. Interested parties are encouraged to submit their capabilities statements electronically by April 14, 2025, to Mr. Keith C. Crum at keith.c.crum.civ@health.mil, with the contract's base period commencing on May 30, 2025, and extending through multiple option periods until May 29, 2030.