Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
ID: W81K0026QA042Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

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

    The Department of Defense, specifically the Department of the Army, is seeking sources for Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The procurement aims to acquire a comprehensive chemistry and immunochemistry system that meets stringent technical, operational, and service requirements, including FDA approval, CLIA and CLSI precision standards, and 24/7 technical support. This equipment is critical for performing a wide range of diagnostic tests, ensuring compliance with security regulations, and maintaining high standards of patient care. Interested parties must submit a Statement of Capability by November 18, 2025, and should contact MEDCOM at karan.e.quiles.civ@health.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for providing Lyster Army Health Clinic (LAHC) with an Integrated Immunoassay and Chemistry Analyzer, including equipment, reagents, consumables, and services, under a Cost Per Reportable Results (CPRR) arrangement. The contractor must deliver and install the analyzer by March 1, 2026, provide comprehensive training, and ensure continuous operational support, including 24/7 technical assistance with a maximum 1-hour callback time and 24-hour on-site service. The analyzer must perform a wide range of tests and meet specific physical and cybersecurity requirements, including obtaining a government-approved Authorized to Operate (ATO). The document also details compliance with security regulations, government holidays, invoicing procedures, tobacco-free campus policies, exclusion from federal healthcare programs, and stringent requirements for handling Personally Identifiable Information (PII) and Protected Health Information (PHI) under the Privacy Act, FOIA, and HIPAA, including breach response protocols.
    This document outlines the salient characteristics for a Chemistry Analyzer, detailing technical, implementation, operational, and service requirements. Technically, the instrumentation must meet CLIA and CLSI precision standards and be FDA-approved. Implementation requires availability at proposal submission, installation NLT 30 days before contract initiation, and completion of validation and on-site user training before initiation. Operationally, it must be a random access chemistry and immunochemistry system capable of performing a comprehensive list of assays, including specimen integrity checks, flagging for various sample issues, onboard dilution, and robust reagent and QC management. It must use 115VAC power with a UPS, include a water purifier if wet, fit specific dimensions, and have keyboard/barcode ID capabilities. Compatibility with DoD MHS Genesis and minimal technician intervention are also required. Service and support mandates 24x7x365 technical hotline support with a one-hour callback, on-site repair within 24 hours by factory-trained FSEs, scheduled preventative maintenance, and written reports for all service and PM visits.
    The Medical Readiness Contracting Office-West, Fort Hood, TX, issued a Sources Sought Notice for an upcoming requirement for Integrated Immunoassay and Chemistry Analyzers, reagents, and consumables for Lyster Army Health Clinic, Fort Rucker, Alabama. This is a market survey for preliminary planning only, not a solicitation for proposals. The government anticipates a Firm Fixed-Priced contract, with the successful offeror providing all equipment, reagents, consumables, controls, and maintenance on a Cost Per Reportable basis. The purpose of this notice is to gauge interest, capabilities, and qualifications of both small (including 8(a), HUB-Zone, Women-Owned, and Service-Disabled Veteran-Owned) and large businesses. The NAICS code is 325413, "In-Vitro Diagnostic Substance Manufacturing," with a small business size standard of 1,250 employees. Interested parties must submit a Statement of Capability by November 18, 2025, detailing their ability to provide the requested products, including specific reagents, FDA compliance, adherence to performance work statements, and capability to perform a contract of this magnitude. All businesses must be registered in SAM.gov.
    Lifecycle
    Similar Opportunities
    Chemistry Analyzers for Naval Hospital Yokosuka
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure five chemistry analyzers for the Naval Hospital Yokosuka in Japan. The analyzers must meet specific technical requirements, including a Laboratory Information System with bidirectional interface capabilities, the ability to process various sample types, and features for critical value notifications, among others. These analyzers are crucial for efficient laboratory operations, enabling the hospital to manage a high volume of samples—up to 100,000 annually—while ensuring timely and accurate diagnostics. Interested vendors can reach out to Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeffrey Collins at JEFFREY.P.COLLINS20.CIV@HEALTH.MIL for further details.
    6640--BioPlex 2200 supplies
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking qualified businesses to provide the BioRad BioPlex 2200 analyzer and associated supplies for the Durham VA Medical Center. The procurement aims to acquire an automated immunoassay analyzer capable of performing a wide range of tests, including Total Syphilis, 5th Generation HIV Ag/Ab, and various autoimmune assays, which are critical for enhancing operational efficiency and improving patient outcomes. Vendors must supply FDA-approved equipment and consumables, with an estimated annual testing volume of 20,000 patient tests, and the analyzer must be less than two years old. Interested parties are required to submit a capabilities statement and proof of authorized distributorship of BioRad by December 8, 2025, at 12 PM Eastern Time to Byron Brown at Byron.Brown4@va.gov.
    Coagulation Analyzers for Naval Hospital Yokosuka and Branch Clinic Iwakuni
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure three coagulation analyzers and associated reagents for the Naval Hospital Yokosuka and Branch Clinic Iwakuni in Japan. The analyzers must meet specific technical requirements, including Laboratory Information System connectivity, a Windows 11 user interface, and the capability to perform various coagulation tests, while adhering to size and power limitations due to laboratory constraints. These analyzers are critical for ensuring timely and accurate diagnostic capabilities in a military healthcare setting. Interested vendors should contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details, with a delivery, installation, and validation deadline set for July 1, 2023.
    Immunohematology Blood-Grouping Analyzer Cost Per Test Contract (GSA eBuy)
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking proposals for a Cost Per Test (CPT) contract to supply two automated immunohematology blood-grouping analyzers for the Naval Medical Center Portsmouth (NMCP). The contract includes the provision of analyzers, reagents, quality control materials, maintenance services, and consumables necessary for the Transfusion Services Division, which plays a critical role in ensuring safe and timely blood transfusions for patients. The analyzers must meet specific testing capabilities, including ABO/Rh typing and antibody screening, and comply with FDA and other regulatory standards, with a delivery period set from January 1, 2026, to December 31, 2026. Interested vendors must submit their quotations via GSA eBuy by December 9, 2025, at 10:00 p.m. ET, and all inquiries should be directed to Matthew Teel at matthew.d.teel.civ@health.mil.
    LIMITED SOUCES JUSTIFICATION FOR ROCHE DIAGNOSTICS
    Buyer not available
    The Department of Defense, specifically the Naval Medical Center San Diego, is seeking to procure an automated clinical chemistry laboratory analyzer and associated supplies from Roche Diagnostics Corporation on a limited source basis. This procurement is essential to ensure uninterrupted patient care while transitioning to a new health information system, MHS Genesis, which requires the integration and validation of the new analyzer system. The estimated contract value is $749,000 for a six-month period, from January 10, 2023, to June 30, 2023, with the primary contact for inquiries being Dernell Wade at dernell.w.wade.civ@mail.mil or 702-881-8104.
    Beckman Coulter Hematology Analyzers and Reagents for Naval Hospitals Yokosuka and Okinawa
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure nine hematology analyzers and associated reagents for Naval Hospitals located in Yokosuka and Okinawa, Japan, as well as Branch Health Clinics in Atsugi, Sasebo, Iwakuni, Japan, and Diego Garcia, United Kingdom. These analyzers are critical for conducting Complete Blood Counts and other hematology tests, ensuring timely and accurate results for blood samples that cannot be transported over long distances without compromising their integrity. The contract requires that the analyzers be delivered, installed, and validated by January 1, 2023, and interested vendors can reach out to primary contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or secondary contact Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details.
    SOURCES SOUGHT: Reagents, Calibrators and Controls, Solutions, and Consumables for Coagulation Analyzers ACL Top 350
    Buyer not available
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential suppliers for reagents, calibrators and controls, solutions, and consumables for Coagulation Analyzers ACL Top 350, specifically for the Kayenta Health Center in Kayenta, Arizona. This procurement aims to fulfill a critical requirement for laboratory supplies essential for coagulation testing, which plays a vital role in patient care and diagnostics. Interested vendors must submit their qualifications, including company profiles and capability statements, by December 5, 2025, at 12:00 PM to Flora Washington at flora.washington@ihs.gov. It is important to note that this is not a solicitation, and all interested parties must be registered in the System for Award Management (SAM) to participate.
    6550--Triage Meterpro Reagents
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide QuidelOrtho Triage MeterPro Reagents for the New Mexico VA Healthcare System, through a Sources Sought Notice (RFI 36C26226Q0177). The procurement aims to acquire various medical diagnostic and drug testing supplies, including Triage Tox DS Panels, Controls, and BNP Test Kits, which are essential for accurate drug testing and patient care. Interested vendors are encouraged to submit their capabilities, pricing, and relevant business information by December 8, 2025, at 10:00 a.m. PST, to the Contract Specialist, Clift Domen, at Clift.Domen@va.gov.
    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.
    RapidComm
    Buyer not available
    Sources Sought DEPT OF DEFENSE (DEPT OF THE ARMY) is seeking potential sources to provide upgrades and updates to the RapidComm system for continued data management services for Point of Care Testing (POCT) throughout Brooke Army Medical Center (BAMC). The system must have B2B with remote access for updates/upgrades/troubleshooting and possess software capable of operating in the Department of Defense (DoD) network environment. It must support Active Directory integration for username/password compliance and have the ability to manage patient results, quality control, certifications, devices, and device configurations. The system should be user-friendly with an easy-to-use interface and the ability to export data to various formats. It must also have quick view result exception, device alarms, connectivity, and verification of operator status. Additionally, it should be capable of interfacing with various POCT devices. The response due date for this Sources Sought Notice is 4:00 PM CST, 15 December 2023. For more information, contact YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil.