Automated Blood Gas Analyzer Cost Per Test, Reagents and Supplies
ID: W91YTZ25QA022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EASTFORT BELVOIR, VA, 22060-5580, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 13, 2025, 12:00 AM UTC
  3. 3
    Due Mar 19, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Army's Medical Readiness Contracting Office-East, is soliciting bids for the procurement of a Rapidpoint 500e Analyzer along with associated reagents and supplies for Martin Army Community Hospital located in Fort Moore, Georgia. This request for quotation (RFQ) aims to enhance laboratory capabilities for blood testing through a contract that includes both a base period and an option period for equipment lease and necessary supplies. The initiative underscores the government's commitment to medical readiness and improved laboratory services, with quotes due by March 19, 2024, and an estimated delivery date set for April 1, 2025. Interested vendors must comply with the NAICS size standard of 1250 employees in the In-Vitro Diagnostic Substance Manufacturing sector and can reach out to primary contact Johnnie Huffin at johnnie.huffin.civ@health.mil or secondary contact Gloria Brogsdale at gloria.f.brogsdale.civ@health.mil for further information.

Files
Title
Posted
Jan 7, 2025, 6:11 PM UTC
The Medical Readiness Contracting Office - East issued a sources sought synopsis to identify qualified businesses capable of fulfilling a requirement for leasing Automated Blood Culture Systems. Specifically, the procurement entails two Rapidpoint 500e Analyzers and associated laboratory reagents, with an expected ordering period from April 1, 2025, to March 31, 2028. Businesses interested in responding should provide their organizational details, including ownership type and contact information, given the NAICS code 325413 and a size standard of 1,250 employees. The solicitation number for this requirement is W91YTZ25QA022. Responses will determine whether the procurement will be open to all businesses or set aside for small businesses. Interested parties must submit their information by January 10, 2025, by email, as inquiries via phone will not be accepted. This notice indicates a strategic approach in the procurement process, emphasizing market research and inviting submissions to gauge interest among potential suppliers.
Mar 13, 2025, 7:06 PM UTC
The solicitation W91YTZ25QA022 is a request for quotation (RFQ) for the Medical Readiness Contracting Office-East, seeking bids for a Rapidpoint 500e Analyzer and associated supplies for Martin Army Community Hospital in Fort Moore, GA. The contract encompasses a base period and one option period, covering both equipment lease and necessary reagents, which will enhance laboratory capabilities for blood testing. Quotes are due by 19 March 2024, with an estimated delivery date of 1 April 2025. The RFQ establishes a full and open procurement process, inviting participation from vendors who meet the NAICS size standard of 1250 employees in the In-Vitro Diagnostic Substance Manufacturing sector. The document outlines required responses, submission guidelines, contact information, and relevant clauses under federal acquisition regulations that govern the contract's execution, emphasizing compliance with security and reporting standards. This initiative underscores the government's ongoing commitment to medical readiness and enhanced laboratory services.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
SOURCES SOUGHT NOTICE-MARTIN ARMY HOSPITAL RALS WEB-BASED SOFTWARE SUBSCRIPTION
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Command, is seeking a contractor to provide a renewal subscription for the RALS Web-Based Software System at Martin Army Community Hospital in Fort Benning, Georgia. The contract will cover software licensing for the period from August 1, 2025, to July 31, 2030, ensuring compatibility with existing systems and interfacing with Abbott i-STAT analyzers and glucometers. This procurement is critical for maintaining operational readiness and compliance with healthcare regulations, emphasizing cybersecurity and quality control throughout the contract lifecycle. Interested parties may contact Donna Spence at donna.l.spence2.civ@health.mil for further information, although no solicitation package will be issued, and responses must be submitted by the specified deadline to be considered.
Notice of Intent to Sole Source - Blood Analyzers
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Abbott Laboratories, Inc. for the provision of blood analyzers, including reagents, maintenance, consumables, and 21 analyzers for point-of-care testing at the Naval Medical Center in Portsmouth, Virginia. This procurement is justified under the sole source acquisition authority due to Abbott's exclusive rights to produce and maintain the iSTAT system, which is essential for conducting kaolin activated clotting time and cardiac troponin I testing. The contract period is set from September 1, 2025, to August 31, 2026, with four additional option years, and interested vendors must submit capability statements by April 15, 2025, at 4:30 PM EST to Joshua Grim at joshua.m.grim.civ@health.mil.
Solicitation W81K00-25-Q-A019 for a Cost-Per-Test (CPT) Agreement to conduct testing for four (4) pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at BAMC.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Cost-Per-Test (CPT) Agreement to conduct testing for four pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. Offerors are required to provide equipment, reagents, consumables, maintenance services, and telephonic support, ensuring compliance with cybersecurity and Risk Management Framework (RMF) requirements as outlined by the Defense Health Agency (DHA). This procurement is crucial for enhancing diagnostic capabilities and public health initiatives within military healthcare settings. Proposals are due by April 17, 2025, at 1:00 PM Central Standard Time, and interested parties should direct inquiries to Medina L. Woodson or Salameya Paulouskaya via the provided email addresses.
Blood Culture Analyzers
Buyer not available
The Department of Veterans Affairs is conducting a Sources Sought notice to identify potential sources for the procurement of three Blood Culture Analyzers, along with necessary accessories and installation services. The primary objective is to enhance laboratory capabilities by acquiring state-of-the-art, FDA-approved microbiology equipment that meets specific technological standards, including fully automated systems with advanced detection technology and bi-directional data interfacing capabilities. This procurement is crucial for improving patient care and safety at the facilities involved, particularly at the Des Moines and St. Cloud VAMCs, while ensuring seamless integration with existing Laboratory Information Systems. Interested vendors must submit their responses by April 7, 2025, at 1:00 PM Central Standard Time, to Mr. Emanuel Nevarez at emanuel.nevarez@va.gov, including relevant documentation and a non-binding statement of interest.
NOI Abbott Alinity Reagents and Consumables
Buyer not available
The Defense Health Agency (DHA) is seeking to award a sole source contract for Abbott Alinity Reagents and Consumables to support the U.S. Naval Hospital Okinawa, Japan. The objective of this procurement is to obtain reagents and consumables compatible with the Abbott Alinity S Series Instrument, which are essential for high-volume, fully automated in-vitro diagnostic testing for blood donor screening. These products must comply with FDA regulations and OSHA requirements, ensuring they are safe and effective for use in medical settings. Interested vendors must submit capability statements to Gilberto Esteves at gilberto.a.esteves.civ@health.mil by 0800 Pacific Time on April 7, 2024, to be considered for this opportunity.
6640--KC, QuantiFERON Reagents Follow-on Contract (VA-25-00058335) 589-26-1-1614-0001 36C25518A0051
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to establish a Firm Fixed-Price Blanket Purchase Agreement (BPA) for the procurement of QuantiFERON reagents at the Kansas City VA Medical Center. This BPA aims to ensure a reliable supply of high-quality supplies necessary for the detection of mycobacterium infections, utilizing advanced analytical systems such as DSX, Agility, and Liaison XL analyzers. The contract is intended to support the VA's commitment to providing essential healthcare services for veterans, with a base year commencing on October 1, 2025, and extending through September 30, 2030, including options for four additional years. Interested parties must respond to the Sources Sought Notice by April 15, 2025, and can contact Contract Specialist Jeanine Wallace at jeanine.wallace@va.gov or 913-704-9472 for further information.
Reagents for Cepheid GeneXpert System
Buyer not available
The Indian Health Service, specifically the Kayenta Health Center in Arizona, is seeking suppliers for reagents for the Cepheid GeneXpert System, with a contract period anticipated from June 1, 2025, to May 31, 2026. This procurement is crucial for supporting diagnostic capabilities within the healthcare facility, which serves the Navajo Nation and surrounding communities. The Request for Quotations (No. 75H71025Q00143) will be issued on or by April 9, 2025, with quotes due by April 17, 2025, at 5:00 PM MST. Interested vendors must maintain an active profile in the System for Award Management (SAM) and can contact Flora Washington at flora.washington@ihs.gov or (928) 380-8345 for further information.
Equipment Maintenance, and Repair Services for Quantulus Liquid Scintillation Counters & Nucleic Acid Processor
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to procure equipment maintenance and repair services for Quantulus Liquid Scintillation Counters and Nucleic Acid Processors on a sole source basis with Revvity, Incorporated. The contract will cover annual preventive maintenance, repair services, parts replacement, and one emergency visit per year for specific models of PerkinElmer Quantulus GCT and Chemagic Nucleic Acid Processors, with a term of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in health care administration and public health research. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to Monica Perez at monica.c.perez3.civ@health.mil, detailing their qualifications and ability to meet the specified requirements.
BacT ALERT FA/FN Plus Culture Services
Buyer not available
The Department of Defense, through the Air Force Test Center at Eglin Air Force Base, intends to award a sole-source, firm-fixed-price contract to Biomerieux for the provision of reagents necessary for BacT/ALERT culture services. The procurement includes two specific items: CLIN 0001 for BacT Alert FA Plus and CLIN 0002 for BacT Alert FN Plus, each requiring quantities of 12, with a base year and four option years. These reagents are critical for in-vitro diagnostic applications, supporting essential functions in medical testing and analysis. Interested parties are encouraged to submit written responses by 9:00 am CDT on April 14, 2025, to assess the potential for competitive procurement, with inquiries directed to Christina A. Blair at christina.blair.3@us.af.mil.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.