Opportunity

SAM #A030551

Research and Administrative Support Services for NAMRU SOUTH (Peru and Honduras)

Buyer

NAVSUP FLC Norfolk

Posted

May 11, 2026

Respond By

March 26, 2026

Identifier

A030551

NAICS

541715, 541690

This opportunity seeks contractor support for research and administrative services at the U.S. Naval Medical Research Unit SOUTH (NAMRU SOUTH), operating in Peru and Honduras. - Government Buyer: - U.S. Department of the Navy - U.S. Naval Medical Research Unit SOUTH (NAMRU SOUTH) - NAVSUP Fleet Logistics Center Norfolk - Scope of Services: - Non-personal, non-severable research and development support - Support for vaccine trials, drug studies, test and evaluation of new technology - Epidemiologic studies and bio-surveillance of infectious diseases - Development and evaluation of devices and therapeutic countermeasures for diseases including malaria, dengue, Zika, influenza, leishmaniasis, and multi-drug resistant bacteria - Administrative, managerial, direct labor, materials, transportation, and related services - Support for departments: Bacteriology, Entomology, Parasitology, Virology, Veterinary Services, Clinical Trials - Notable Requirements: - Compliance with FDA regulatory standards for clinical studies - Adherence to Good Clinical Practices (GCP) and International Conference on Harmonization (ICH) - Possession of a current Federal Wide Assurance (FWA) from DHHS - Security clearances and occupational health compliance - Ethical standards for human and animal research - Locations: - NAMRU SOUTH Headquarters in Lima, Peru - Naval Laboratory in Iquitos, Peru - Satellite laboratory at U.S. Joint Task Force-Bravo (JTF-B) Soto Cano Air Force Base, Comayagua, Honduras - No specific OEMs or commercial vendors are named in the solicitation.

Description

RFI No: A030551 

Date: 11 May 2026

REQUEST FOR INFORMATION (RFI)

SERVICES/SUBJECT

This RFI is for non-personal / non-severable research & development support services under NAICS Code 541715-Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) and PSC AN42, R&D- Medical: Health Services (Applied Research/Exploratory Development).

THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATIONS (RFQ). IT IS STRICTLY A REQUEST FOR INFORMATION (RFI). NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. NO CONTRACT WILL BE AWARDED PURSUANT TO THIS ANNOUNCEMENT.

A. DISCLAIMER

IN ACCORDANCE WITH FAR 15.201(E}, RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KIND OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. RESPONSES TO THIS NOTICE ARE NOT OFFERS AND WILL NOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. ALL INFORMATION RECEIVED IN RESPONSE TO THIS RFI THAT IS MARKED PROPRIETARY WILL BE HANDLED ACCORDINGLY. RESPONSES TO THE RFI WILL NOT BE RETURNED. AT THIS TIME, QUESTIONS CONCERNING THE COMPOSITION AND REQUIREMENTS FOR FUTURE RFPs WILL NOT BE CONSIDERED.

B. BACKGROUND

The U.S. Naval Medical Research Unit SOUTH (NAMRU SOUTH) mission is to ensure the operational readiness and health of U.S. Service members and our Peruvian national partners through health sciences research, infectious disease surveillance, medical countermeasure testing and evaluation, and health security cooperation. We will strive for excellence in accomplishing our mission and continue building upon our stellar reputation not only as the U.S. Naval's premier and largest oversea laboratory, but also as the United States of America's front-line scientific ambassadors to Central and South America.

The vision of NAMRU SOUTH is to enhance the bio-security of the United States and the Region by detecting diseases of military and public health significance throughout the U.S. Southern Command area of responsibility. This action is accomplished through the use of epidemiologic research studies and strengthening of partner nations' disease surveillance activities along with the development and testing of new strategies and products, including diagnostics, medicines, vaccines, and vector control measures, to mitigate bio-security threats.

NAMRU SOUTH conducts research studies in support of the readiness and Force Health Protection (FHP) of US military personnel. In addition, NAMRU SOUTH conducts basic research and provides sustainable infectious disease research support to the host nation Ministry of Health, military, and universities through field studies, infectious diseases surveillance, vaccine and drug clinical trials, test & evaluation of new infectious diseases detection/diagnosis technologies and training. NAMRU SOUTH also conducts field/medical entomology, epidemiologic studies and disease bio-surveillance of a wide range of infectious diseases of military and/or public health significance in the U.S. Southern Command (SOUTHCOM) area of responsibility.

NAMRU SOUTH ensures that, when feasible, host nation investigators are included in the planning, performance, and publication of NAMRU SOUTH research, thereby providing the most effective sustainable improvement in infectious disease research.

C. SCOPE/OBJECTIVE

The Contractor will provide all managerial, administrative, direct labor personnel, materials, transportation, and other pertinent services that are necessary to accomplish all work required. For contractor at NAMRU SOUTH sites in Iquitos and Lima and at other specified locations, NAMRU SOUTH may provide office supplies, cleaning supplies, printing supplies, office furniture, communications device and government furnished equipment (GFE) to accomplish the work. At more remote study sites, these items will be provided by the contractor as ODCs. The GFE provided will be delineated at the task order level.

The Contractor shall support research such as (but not limited to) a) vaccine trials b) drug studies c) test and evaluation of new technology, d) epidemiologic studies and bio-surveillance of infectious diseases, surveillance of vectors, e) development / evaluation of devices and therapeutic countermeasures for malaria, bacterial causes of infectious diarrhea, emerging viral pathogens (e.g., dengue, chikungunya, Zika), influenza viruses, leishmaniasis, and multi-drug resistant bacteria. The contractor shall support the collection of data and support regulated studies. The Contractor shall provide support in maintaining FDA regulatory standards to conduct clinical studies in accordance with Good Clinical Practices (GCP) and the International Conference on Harmonization (ICH).

D. LOCATION OF PERFORMANCE

NAMRU SOUTH is headquartered in Lima, Peru with a Naval Laboratory in Iquitos (Loreto), Peru, a satellite laboratory at U.S. Joint Task Force-Bravo (JTF-B) Soto Cano Air Force Base in Comayagua, Honduras.

Other locations within SOUTHCOM may require research support services. The exact locations within this area of responsibility will be delineated at the task order level.

E. TASKS

See Attachment 1 - DRAFT Performance Work Statement (PWS).

F. REQUIREMENTS

Contractors MUST have a current Federal wide Assurance (FWA) issued by the Department of Health and Human Services (DHHS). Respondents MUST indicate whether or not they have an active and current FWA. Reference: https://www.hhs.gov/oln:p/register-irbs-and-obtain-fwas/fwas/index.html.

Also, see "Assurance Process Frequently Asked Questions (FAQs)" on the left hand side of the screen.

G. REPONSE INSTRUCTIONS

Respondents MUST include the following documents/information in your response to the Government:

A cover letter on company letterhead including the company name, point of contact with phone number, email address as well as company DUNS and Cage Code. Capabilities statement MUST address the following:

Contractor's clear understanding and ability to perform the ENTIRE scope of this requirement. Contractor's clear understanding and ability to perform ALL the tasks described within the PWS. Contractor's confirmation whether or not they have a current/active Federal Wide Assurance (FWA) and date of expiration. Contractor's confirmation that the company is deemed "responsible" in accordance with FAR 9. 104-1 Contractor's confirmation of current/active registration in SAM.gov.

NOTE: Contractors who can only perform a portion of this work will NOT be considered for award should this requirement be solicited.

All information regarding "capabilities" and/or proprietary information relative to this RFI MUST be submitted as follows:

RESPONSES & SUMBISSION DEADLINE:  

The deadline for responses to this Request for Information Notice is no later than 5:00 P.M. ET, 26 May 2026. All responses under this Request for Information Notice shall be emailed to Dakota Laughlin dakota.w.laughlin.civ@us.navy.mil.

(end of RFI)

View original listing