Microbiology Supplies and Reagents at U.S. Naval Hospital Guam
ID: HT941024Q2087Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Sep 6, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 6, 2024, 12:00 AM UTC
  3. 3
    Due Sep 19, 2024, 4:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide microbiology supplies and reagents for the U.S. Naval Hospital in Guam. The procurement includes essential quality controls and reagents necessary for laboratory testing operations, with a delivery period from October 1, 2024, to September 30, 2025, and options for four additional years. This acquisition is critical for maintaining public health and ensuring reliable access to diagnostic tools within the military healthcare system. Interested contractors must submit their quotes electronically by 9:00 AM PDT on September 19, 2024, and can direct inquiries to Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
This government document outlines a delivery schedule for various medical diagnostic items procured by the Naval Hospital in Guam. It includes product descriptions, quantities, and manufacturers for each item, reflecting a comprehensive list of supplies to support healthcare operations. Key diagnostic kits featured in the procurement include tests for staphylococcus, streptococcus, C. diff, and rapid HIV, among others. The quantities ordered for each product vary monthly, indicating a strategic plan to maintain adequate stock levels throughout the year. The document's structured data presents crucial information such as item numbers, unit of issue, and delivery schedules, facilitating efficient inventory management and timely replenishment of essential medical supplies. This procurement aligns with governmental objectives to maintain public health through reliable access to diagnostic tools, and highlights the importance of robust supply chains in healthcare settings. Overall, it emphasizes the need for continuous support in medical testing to effectively respond to varying health challenges within the community served by the Naval Hospital Guam.
Sep 6, 2024, 6:12 PM UTC
The document outlines a solicitation (HT941024Q2087) for reagents and supplies required by Naval Hospital Guam, covering deliveries from October 1, 2024, to September 30, 2025, with four optional extension periods running through 2029. Managed by the DHA Healthcare Contracting Division - West, it includes a detailed quote sheet listing items such as various testing kits and reagents from manufacturers like Hardy Diagnostics, Meridian, and Hologic, organized by CLIN (Contract Line Item Number). Each item specifies usage, units, quantities, and pricing, necessitating offers from suppliers to be submitted by a set deadline. The document emphasizes the requirement for competitive pricing and adherence to government procurement standards, ensuring that cost-effective and compliant supplies are acquired to support healthcare services at the facility. The solicitation also includes administrative information, such as offeror details, acknowledgment of amendments, and payment terms, reiterating the need for suppliers to agree to the conditions laid out in the solicitation. This file demonstrates the government's structured approach to procure essential medical supplies, critical for operational effectiveness in military healthcare settings.
Sep 6, 2024, 6:12 PM UTC
The document serves as a combined synopsis and solicitation for supplies required by the Defense Health Agency (DHA) for laboratory operations at the U.S. Naval Hospital in Guam. The solicitation number HT941024Q2087 is set aside entirely for small businesses and outlines the need for reagents and quality controls for microbiological testing from October 1, 2024, to September 30, 2025, with options for four additional years. Detailed items and delivery schedules are provided in an attached document. Potential contractors must ensure compliance with various Federal Acquisition Regulation (FAR) clauses, including provisions regarding telecommunications and business ethics. The evaluation of submitted quotes will focus on three primary factors: technical capability, delivery schedule (prioritized over price), and price reasonableness. Quoters are instructed to submit separate electronic files for technical proposals, pricing, and necessary FAR provisions to the designated email by 9:00 AM PDT on September 19, 2024. The Government's intent is to award based on initial quotes, emphasizing that compliance with RFQ requirements is essential for consideration. This solicitation highlights the commitment to procuring supplies for critical healthcare operations, reinforcing support for small businesses in federal contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Biosafety Cabinet Maintenance and Certification BPA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide maintenance and certification services for biosafety cabinets across the Defense Health Networks in the Pacific Rim, Central, and Indo-Pacific regions. The procurement involves a Blanket Purchase Agreement (BPA) for a five-year term, with an option for a six-month extension, requiring contractors to supply trained field certifiers who will perform necessary maintenance and certification in compliance with established safety standards. This initiative is crucial for ensuring the operational integrity and safety of medical equipment used in military healthcare settings. Interested vendors must submit their quotes electronically by 08:00 am PDT on May 16, 2025, and can direct inquiries to Gilberto Esteves at gilberto.a.esteves.civ@health.mil or Pedro Reyes at pedro.a.reyes10.civ@health.mil.
Laboratory Reagents
Buyer not available
The Department of Defense, specifically the Naval Medical Research Unit South, is seeking capable vendors to provide laboratory reagents for surveillance and research of tropical infectious diseases in the USSOUTHCOM Area of Responsibility (AOR) based in Lima, Peru. The procurement aims to fulfill a critical requirement for laboratory materials essential for ongoing research efforts, with the intent to award a sole source contract to Belomed S.R.L. if no other capable sources are identified. Interested vendors must submit a capability statement, including management and technical data, by 12:00 PM Local Time on April 29, 2025, via email to Genaro Vasquez at genaro.m.vasquez.ln@health.mil, using the subject line "PAR250014." The contracting office is located at 3230 Lima Pl, Washington DC, 20521.
Genetic Testing Services for Tripler Army Medical Center, HI
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - Pacific, is seeking qualified contractors to provide genetic testing services for the Tripler Army Medical Center in Hawaii. This procurement aims to establish a Blanket Purchase Agreement (BPA) for these services, which are critical for supporting the healthcare needs of military personnel and their families. The BPA will have a total not-to-exceed value of $500,000 and a performance period from September 8, 2025, to September 7, 2030, with quotes due by May 6, 2025, at 10:00 AM HST. Interested parties should contact Ms. Deborah Wada at deborah.n.wada.civ@health.mil or call 808-433-9520 for further details.
Microbial Testing Supplies - Bridge Contract
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
Molecular Diagnostics Analyzer and Reagents for detection of the Antibodies and Pathogens
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for a contract to provide a Molecular Diagnostics Analyzer and Reagents for the detection of antibodies and pathogens, including Herpes simplex virus (HSV 1 and 2), congenital cytomegalovirus (CMV), Candida auris, and Varicella Zoster Virus (VZV). The procurement aims to enhance diagnostic capabilities at the Joint Base Lewis McChord Health Contracting Branch by acquiring FDA-approved systems that can perform qualitative nucleic acid amplification testing (NAAT) with rapid results and minimal downtime. This initiative is critical for improving patient care and operational efficiency in public health laboratories. Interested parties are encouraged to submit their capabilities statements and relevant information to Cindy Means at cindy.j.means.civ@health.mil by the specified deadline, as this sources sought notice is for market research purposes and does not constitute a formal solicitation.
Qiagen Equipment Maintenance and Repair Services for the DCPH-A Laboratory Sciences Directorate
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a firm-fixed price contract to Qiagen LLC for the provision of maintenance and repair services for Qiagen equipment utilized by the Defense Centers for Public Health-Aberdeen (DCPH-A). The procurement encompasses annual preventative maintenance, unlimited repair services using Qiagen certified parts, software support, and technical assistance for laboratory instruments critical to the DCPH-A's mission of conducting comprehensive analyses for public health. This specialized service is essential as Qiagen LLC is the sole original equipment manufacturer (OEM) authorized to provide these services, ensuring the integrity and functionality of the equipment used in environmental and industrial hygiene assessments. Interested parties must submit capability statements by 11:00 AM EDT on May 8, 2025, to the primary contact, Brandon Roebuck, at brandon.m.roebuck.civ@health.mil, as no competitive proposals will be solicited for this requirement.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
REAGENT SET,WATER T
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair of a Reagent Set, Water T. The procurement aims to secure a firm-fixed price for the repair of this equipment, which is critical for hazard detection and operational readiness within naval operations. The contract includes specific requirements for repair turnaround time, quality assurance, and compliance with military standards, with an emphasis on firm pricing and the potential for increased quantities. Interested contractors must submit their quotes by April 30, 2025, and can reach out to Dakota Bentzel at 717-605-2828 or via email at dakota.bentzel@navy.mil for further details.
Master BPA - Tissue Staining Chemical Analyzer and Services
Buyer not available
The Defense Health Agency (DHA) is conducting a sources sought announcement for the procurement of tissue staining chemical analyzers and associated services, specifically targeting the Walter Reed National Military Medical Clinic in Bethesda, Maryland. The agency seeks to acquire commercial items, including the Bench Mark Ultra, Bench Mark Ultra Plus, and Ventana HE 600 analyzers, along with necessary reagents and operational services to ensure proper functionality. These analyzers play a critical role in laboratory diagnostics, enhancing the capabilities of healthcare providers within the military medical system. Interested parties are encouraged to submit non-proprietary capabilities statements by April 28, 2025, at 09:00 AM EST, with inquiries directed to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or Faatalivale Te’o-Lewis at Faatalivale.m.teo-lewis.civ@health.mil.