Malaria Radical Cure Drug Efficacy Clinical Study
ID: HT942526R0999Type: Sources Sought
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; BASIC RESEARCH (AN11)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractor support for a clinical study titled "Malaria Radical Cure Drug Efficacy Clinical Study." This initiative involves two clinical studies over a four-year period, focusing on the efficacy of tafenoquine against Plasmodium vivax in Thailand and its safety and pharmacokinetics in healthy adults in the U.S. The project is structured into three phases: pre-study preparation, clinical study execution and reporting, and data analysis and manuscript preparation, with ongoing malaria research and laboratory support also required. Interested parties must submit their responses to the Request for Information (RFI) by 11:00 AM ET on December 10, 2025, via email to Ashley N. Atkins at ashley.n.atkins.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Walter Reed Army Institute of Research (WRAIR) and Armed Forces Research Institute of Medical Sciences (AFRIMS) issued a Request for Information (RFI) for a clinical study on malaria radical cure drug efficacy. The RFI, identified by NAICS Code 541715, seeks contractor support for a four-year requirement involving two clinical studies. Clinical Study One, conducted in Thailand, will assess tafenoquine's efficacy against Plasmodium vivax. Clinical Study Two, conducted in the U.S., will evaluate tafenoquine's safety and pharmacokinetics in healthy adults. The project is divided into three phases: pre-study preparation (Phase 1, 1 year), clinical study execution and reporting (Phase 2, 2 years), and data analysis, interpretation, and manuscript preparation by subject matter experts (Phase 3, 1 year). The contractor will also provide ongoing malaria research and laboratory support. Responses to this RFI are due by 11:00 AM ET on December 10, 2025, via email to Ashley N. Atkins, Contract Specialist. This RFI is for market research only and does not constitute a solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is soliciting quotes for pharmaceutical agents as part of its Uniform Formulary Blanket Purchase Agreement (UF BPA) and Uniform Formulary Additional Discount Program (UF ADP) through the Defense Health Agency (DHA). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the clinical and cost-effectiveness of drugs to determine their classification within the formulary. The P&T Committee will review newly approved drugs, including agents for pulmonary, gynecological, endocrine, atopy, skeletal muscle relaxants, and pain management, with quotes due by December 9, 2025, ahead of the committee meeting scheduled for February 4-5, 2026. Interested manufacturers should contact Stephanie Erpelding or Tracy Banks for further details and ensure compliance with submission requirements outlined in the RFQ HT9402-26-Q-9102.
    Dimethyl Fumarate DR Presolicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is seeking quotations for pharmaceutical agents as part of the Pharmacy Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP) to support the Military Health System (MHS). This procurement aims to establish an effective pharmacy benefits program by evaluating the clinical and cost-effectiveness of various pharmaceutical agents, including oncological and antihemophilic agents, for inclusion in the DoD Uniform Formulary. Interested manufacturers must submit their quotes by January 16, 2026, with a pre-quotation teleconference scheduled for November 20, 2025. For further inquiries, contact Tracy Banks at tracy.e.banks2.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.
    BATTLEFIELD WOUND INFECTION PREVENTION AND TREATMENT (BWI P&T): BARRIER COMBINATION PRODUCT DEVELOPMENT
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting market research for the development of a barrier combination product aimed at preventing and treating battlefield wounds and subsequent infections. This initiative, part of the Battlefield Wound Infection Prevention and Treatment (BWI P&T) program, seeks to identify commercial solutions that can effectively address the unique challenges of wound care in austere environments, where medical resources may be limited. The barrier combination product is expected to play a crucial role in a Family of Systems (FoS) approach, providing innovative solutions for both military and commercial applications in wound care. Interested parties are invited to submit their responses by January 20, 2026, at 2:00 PM Eastern, via email to the primary contacts, Jeanette Collins and Julie Burns, whose emails are provided in the opportunity overview. This RFI is for planning purposes only, and no contract will be awarded based on the responses received.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Sources Sought notice for Biomedical Research Application Evaluation and Support Services (BRAES) to support the Congressionally Directed Medical Research Programs (CDMRP). The objective is to gather information on industry capabilities to assist in managing biomedical research funding, emphasizing a two-tier review process and the development of a Quality Control Plan, while utilizing government-furnished systems for application processing and award management. Interested vendors must submit their responses by 5:00 p.m. Eastern Time on December 8, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, with a maximum of 20 pages detailing their qualifications and experience relevant to the tasks outlined in the draft Performance Work Statement (PWS).
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    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.
    6505--Dimethyl Fumarate Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking offers for the procurement of Dimethyl Fumarate Capsules (120MG and 240MG delayed-release) through solicitation 36E79726R0003. This contract aims to establish a reliable supply source for these pharmaceutical products to support VA, Department of Defense (DoD), Indian Health Service (IHS), and Bureau of Prisons (BOP) facilities, with a contract structure that includes a one-year base ordering period and four one-year options. The products are critical for treating specific medical conditions, and offerors must comply with stringent requirements, including FDA regulations, Drug Supply Chain Security Act (DSCSA) compliance, and the provision of unique National Drug Codes (NDCs). The deadline for submitting offers has been extended to December 9, 2025, at 2:30 PM CST, and interested parties can contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov for further information.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.