Labware LIMS Development
ID: W911S6-26-QA002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-DUGWAY PROV GRDDUGWAY, UT, 84022-5000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking qualified contractors for the development of LabWare Laboratory Information Management System (LIMS) software. This sole-source procurement is aimed at enhancing the existing LabWare LIMS system through the expertise of certified LabWare consultants, who will assist in advanced development and testing to ensure full production capabilities. The contract, anticipated to be a Firm-Fixed Price type, will span 24 months from January 2026 to January 2028, focusing on improving the efficiency of chemical data management and testing processes within the Chemical Test Division. Interested parties must submit their capability statements and past performance assessments by January 6, 2026, to Laurel J. Brown at laurel.j.brown7.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personal service contract for LabWare LIMS development support at Dugway Proving Ground's Chemical Test Division (CTD). The contractor, specifically a certified LabWare consultant, will complete the existing LIMS system by developing various modules and functions for chemical inventories, standard solutions, chain of custody, analytical instrumentation, projects, studies, data processing, labeling, investigations, and reporting. The 24-month contract, running from January 2026 to January 2028, is anticipated to be a Firm Fixed Price type and primarily performed remotely. Key requirements include developing a Quality Control Plan, implementing an Operations Security program, and adhering to strict security and training protocols. The project aims to enhance CTD's efficiency in managing chemical data and testing processes.
    This document is a Performance Assessment Questionnaire cover letter and questionnaire from the Department of the Army, U.S. Army Mission and Installation Contracting Command (MICC), Dugway Proving Ground. It requests an assessment of an offeror's past performance in support of RFQ W911S6-26-QA002. The assessment focuses on federal, state, local government, or commercial contracts similar to NAICS code 513210. The questionnaire includes rating definitions (Substantial, Satisfactory, Limited, and No Confidence) for various performance aspects such as compliance, project management, timeliness, and customer satisfaction. The Offeror completes Part I with contract identification and representative details, while the Point of Contact (Respondent) completes Part II for the evaluation, providing rationale for each rating, general comments, and information on other past efforts. The completed questionnaire is due within 14 days of receipt or by January 6, 2026, and should be returned to Laurel Brown at laurel.j.brown7.civ@army.mil.
    The U.S. Army Dugway Proving Ground's Directorate of Contracting has issued Solicitation No. W911S6-26-QA002, a combined synopsis/solicitation for commercial services, specifically for LabWare LIMS development. This is a sole-source procurement with LabWare, Inc., justified under 10 U.S.C. 2304(c)(1) and FAR 13.106-1(b)(1) due to LabWare's proprietary expertise and software access. The West Desert Test Center (WDTC), Chemical Test Division (CTD), requires certified LabWare consultants for advanced development and testing to complete their existing LabWare LIMS system. The contract is a Firm-Fixed Price type, with services outlined in a two-phase CLIN framework including consultant work, project advisory, and travel expenses. Offerors must be registered in SAM, meet small business size standards, and acknowledge various FAR and DFARS clauses, particularly those related to prohibitions on certain telecommunications equipment and services.
    Lifecycle
    Title
    Type
    Labware LIMS Development
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOLICITATION NUMBER 385970 "LABORATORY INFORMATION MANAGEMENT SYSTEM (LMS)”
    Energy, Department Of
    The Department of Energy is seeking proposals for a Laboratory Information Management System (LIMS) to support the Hanford Tank Waste Operations & Closure (H2C) under its Prime Contract 89303324DEM000096. This procurement aims to enhance the management and tracking of laboratory data, which is crucial for the effective operation and closure of the Hanford site. Interested vendors should note that the place of performance is in Richland, Washington, and are encouraged to reach out to Amy Blaydes at amylblaydes@rl.gov or by phone at 509-372-3270 for further details. This opportunity is categorized under Custom Computer Programming Services (NAICS Code 541511) and is currently in the Sources Sought phase.
    Laboratory Information Management System (LIMS)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), intends to award a sole source purchase order to ExeVision for a Laboratory Information Management System (LIMS). This system is essential for maintaining access to the currently licensed hosting platform that organizes data related to laboratory samples and test results, ensuring seamless integration with the existing IT infrastructure. The LIMS is critical for the FHWA's mission to conduct highway safety initiatives, as ExeVision is the only vendor with the necessary licensing agreements and integration capabilities to avoid operational delays. Interested parties may submit their capabilities for consideration, and inquiries should be directed to Sara Shlesinger at sara.shlesinger@dot.gov or by phone at 720-963-2982.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Sole Source award of Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the Sole Source award of the Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS). The procurement involves comprehensive services including maintenance and sustainment of laboratory equipment, calibration, software updates, and repair, alongside the provision of a Logistics Information System (LIS) that ensures total supply, service, and maintenance support. This initiative is crucial for maintaining the operational readiness and reliability of laboratory equipment in Jordan, ensuring effective performance in various analytical tasks. Interested parties can reach out to Brian Lauterbach-Hagan at brian.j.lauterbachhagan.civ@mail.mil or Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details regarding this opportunity.
    Microbial Identification System (MIS)
    Dept Of Defense
    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.
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    Leankor PM Software - Redacted EFO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure program management software known as Leankor PM Software to support the PEO Combat Support & Combat Service Support (PEO CS&CSS). This software is intended for tracking and reporting on contract actions, with capabilities to create dashboards for contract information and personnel systems. The procurement is justified under FAR 16.505(a)(4) for items peculiar to one manufacturer, and the contract has been awarded to Carahsoft Technology Corp. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681 for further inquiries.
    Request for Information (RFI) - Electrochemiluminescence Analyzers and Consumables
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, has issued a Request for Information (RFI) to gather industry capabilities for providing electrochemiluminescence analyzers and associated consumables. The primary objective is to identify systems capable of detecting microorganisms, viruses, and microbial toxins, with a critical requirement that the consumable assays can utilize government-furnished capture and detection antibodies. This procurement is essential for enhancing the Army's capabilities in biological detection and analysis. Interested firms are invited to submit their company information and technical capabilities by 5:00 PM EDT on January 16, 2026, to Jemel Hogan and Sarah Eggerling, as this RFI is for planning purposes only and does not constitute a solicitation for a contract.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.