Skip to content
Department of Health and Human Services

RFI/SSN for Host Directed Therapeutics for the Prevention of Progression to ARDS

Solicitation: RPP-26-12-PreventARDS_RFI_SSN
Notice ID: 8b0cc6a4a7e3469a952a418fba7263d8

Sources Sought from OFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 15, 2026. Industry: NAICS 541714 • PSC AN32.

Market snapshot

Awarded-market signal for NAICS 541714 (last 12 months), benchmarked to sector 54.

12-month awarded value
$221,135,811
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$196,869,966
P10–P90
$196,869,966$196,869,966
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($221,135,811)
Deal sizing
$196,869,966 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20024 United States
State: DC
Contracting office
Washington, DC • 20515 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Laura Saddison
Email
Laura.Saddison@hhs.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
OFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSE
Subagency
BARDA - ASPR / DAAPPO / BARDA DCMA
Office
Not available
Contracting Office Address
Washington, DC
20515 USA

More in NAICS 541714

Description

Objective 

The objective of this combined Request for Information (RFI) / Sources Sought Notice (SSN) is for BARDA program officials to better refine the requirements for host directed therapeutics for the prevention of progression to acute respiratory distress syndrome (ARDS) in support of BARDA’s Influenza and Emerging Infectious Diseases Division (IEIDD). BARDA is considering establishing long-term partnerships with multiple contractors. The information requested from this RFI will serve as market research while also assisting with requirements development of this vital program.  None of the information in this RFI is intended to suggest a particular approach or contract solution. 

Project Scope 

BARDA seeks Performer(s) to support the continuation of the ARDS Preparedness and Response Program.  This project supports advancing the late-stage clinical development of host-directed therapeutics for the prevention of progression to ARDS in hospitalized patients with viral respiratory infection who require supplemental oxygen. The Proposal would include a Phase 3 clinical development plan including dose selection for a host-directed therapeutic product that has supportive Phase 2 data demonstrating efficacy in preventing worsening of severe disease in hospitalized patients with viral respiratory infection. A product that is in an ongoing Phase 3 trial is preferred.  

**Please see Attachment B – Draft RPP for detailed information. 

SAM.Gov Sources Sought Notice (SSN) 

This RFI also constitutes as a Sources Sought Notice. BARDA anticipates awards will be made to multiple contractors with the best solutions and capabilities.  

Mandatory Eligibility Criteria: Proposed host-directed therapeutic(s) must meet the following minimum criteria to be considered for award:  

  1. Data demonstrating a robust therapeutic mechanism of action that is applicable to the resolution of severe disease due to influenza infection.  
  2. Demonstrated preclinical and/or clinical efficacy against severe disease due to viral respiratory infection.  
  3. Relevance to viral respiratory infection, including influenza, through intended enrollment of appropriate patients.  
  4. Rationale behind dose selection for a Phase 3 study.  
  5. Feedback and concurrence from FDA on the study design of a proposed or current Phase 3 study.  

Note: Failure to adequately document compliance of the above mandatory requirement will result in the elimination of the Offeror from further consideration. No further discussions will be held. 

BARDA encourages qualified contractors to respond so we can better understand the current state of the science.  

This SSN/RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to the SSN/RFI that is marked as proprietary will be handled accordingly by the Government. Responses to this SSN/RFI are not considered offers and cannot be accepted by BARDA to form a binding contract. Responders are solely responsible for all expenses associated with responding to this SSN/RFI. All information submitted in response to this SSN/RFI shall remain with the Government and will not be returned. 

*BARDA may compete the resulting RPP amongst eligible respondents of this RFI only. 

RFI Response Format: 

Interested parties are invited to submit responses to any of the questions in Attachment A as well as a technical capabilities statement. Responses to this RFI should explore the listed questions as well as similar issues to best support the successful advancement of this effort. Responses should consist of a cover page that provides administrative and contact information (contact name, title, email address, phone number) and organizational information of the responder (entity name, headquarters, mailing address). Respondents are also invited to review the draft RPP included as Attachment B and provide general feedback via track changes. Respondents are requested to provide:  

  1. Responses to questions in Attachment A – RFI Questions 
  2. Technical Capabilities Statement 
  3. General Feedback on Attachment B – Draft RPP via track changes 

Respondents must clearly mark all copyrighted information, data, and materials with appropriate restrictive legends (e.g., confidential, privileged, proprietary, trade secret). To aid in protecting your information, please segregate proprietary information. DO NOT SUBMIT ANY CLASSIFIED INFORMATION.  

Responses to this RFI should explore the listed questions as well as similar issues to best support the successful advancement of this effort.  

Please submit responses by email to laura.saddison@hhs.gov  no later than 3:00 pm EDT April 15, 2026. 

Responses: 

BARDA encourages qualified performers to respond so we can better understand the current state of the science.  

The full draft RPP is being provided to allow for advance planning purposes and to allow additional time for potential proposal development and/or partnering. 

Please note that non-federal employees performing advisory and assistance services will have access to any submission under this RFI. All non-federal employees are required to sign a non-disclosure agreement prior to accessing the RFI responses. 

Thank you for your participation in this RFI. Please contact laura.saddison@hhs.gov with any questions or concerns.  

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.