Notice of Intent to sole source for the Chemiluminescent immunoassay (CLIA) kits compatible with the government’s current CLIA instrumentation for the Brooke Army Medical Center (BAMC).
ID: W81K00-25-Q-A057Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY MEDICAL COMMAND

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the US Army Medical Command, intends to establish a sole-source contract with Diasorin, Inc. for the procurement of Chemiluminescent immunoassay (CLIA) kits compatible with the existing CLIA instrumentation at the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. This contract aims to secure a cost-per-kit agreement that includes essential reagents, consumables, and controls necessary for conducting a range of infectious disease tests, thereby enhancing diagnostic efficiency and improving patient care through quicker and more accurate results. The total contract value is projected at $5,640,183.50 over a base year and four option years, with the contract initiation planned for October 1, 2025, pending funding availability. Interested parties can reach out to Medina L. Woodson at medina.l.woodson.civ@health.mil or by phone at 210-539-8525 for further inquiries.

Point(s) of Contact
Medina L. Woodson
(210) 539-8525
(210) 221-3446
medina.l.woodson.civ@health.mil
Salameya Paulouskaya
(210) 539-8656
(210) 221-3446
salameya.paulouskaya2.civ@health.mil
Files
Title
Posted
The Department of Pathology and Area Laboratory Services (DPALS) at Brooke Army Medical Center seeks to establish a sole-source contract with Diasorin, Inc. for a cost-per-kit agreement for essential reagents and consumables to conduct specific infectious disease tests. This contract, amounting to $5,640,183.50 over a base year and four option years, is justified under the Federal Acquisition Regulation (FAR) 13.501 due to the uniqueness of Diasorin’s FDA-approved products compatible with existing laboratory equipment, enhancing diagnostic efficiency for various pathogens. The testing will improve patient care by providing quicker and more accurate results, reducing the workload on laboratory staff. The contract's initiation is planned for October 1, 2025, pending funding availability. Market research showed Diasorin as the only vendor able to meet the government’s stringent requirements after reviewing competitive sources. Future actions will include fostering competition if the testing needs persist beyond the contract period. The document includes necessary certifications from relevant technical and contracting personnel, affirming the accuracy and completeness of the justification.
Similar Opportunities
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.
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.
Sources Sought Notice- Reagents for Chemisty Immunoassays Test
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - West (MRCO-W), is seeking sources for a contract involving the supply of reagents for chemistry and immunoassay testing, along with the lease of two chemistry analyzers and two immunoassay analyzers. The procurement aims to enhance diagnostic capabilities at the William Beaumont Army Medical Center (WBAMC) by providing a customizable laboratory track line, which includes essential modules such as centrifuges, cappers, and a deionized water unit, ensuring reliable and efficient patient care. Interested vendors must submit tailored capability statements and relevant documentation by April 17, 2025, at 10 AM (MST) to the designated contacts, Fabiola Palma-Trujillo and Robyn Villafranco, via email. This opportunity is part of the government's market research and does not constitute a commitment to contract.
Notice of Intent to Sole Source Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
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.
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
6640--New Long Term Procurement - Base 2 CPRR reagents and consumables for Laboratory Tests.
Buyer not available
The Department of Veterans Affairs (VA) is seeking a contractor to establish a three-year Blanket Purchase Agreement (BPA) for the procurement of Automated Chemistry Immunochemistry Instrumentation, reagents, and consumables for laboratory tests. This procurement aims to ensure the availability of high-quality laboratory equipment and supplies necessary for clinical operations, emphasizing the importance of accuracy, efficiency, and compliance with regulatory standards. The BPA will be awarded to a single contractor, who will be responsible for providing ongoing maintenance support, training, and timely delivery of products, with an estimated agreement term starting from June 16, 2025, through June 15, 2026. Interested parties should contact Hector D. Gonzalez at hector.gonzalez1@va.gov for further details and to express their interest in this opportunity.
6550--Lab Testing Services - (HIV/HCV/HPV/On)
Buyer not available
The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
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.
CMHS - Roche Chemistry Analyzer Tests BPA Notice of Intent
Buyer not available
The Department of Defense, specifically the United States Air Force Academy, intends to award a Firm-Fixed Price single source contract to Roche Diagnostics Corporation for the provision of blood tests and reagents for a Chemistry Analyzer. This procurement is aimed at establishing a Blanket Purchase Agreement that will support the 10th Medical Group at USAFA, the 21st Medical Group at Peterson Space Force Base, and Evans Army Community Hospital, ensuring the availability of essential medical testing services. The Roche analyzers must meet specific operational capabilities, including automated testing processes and compliance with accreditation standards, to maintain the quality of care for Tricare beneficiaries. Interested vendors should direct inquiries to Kenneth Robert Jackson at kenneth.jackson.30@us.af.mil by April 17, 2025, at 1400 MDT, as this notice does not constitute a solicitation for bids or proposals.