North Carolina Army/Air National Guard Medical Laboratory Services BPA
ID: W9124226Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NS USPFO ACTIVITY NC ARNGRALEIGH, NC, 27607-6412, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The contractor will be responsible for analyzing blood and urine samples collected by the Government, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is critical for maintaining the health and readiness of National Guard personnel, and the contract will span a five-year period. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines, with inquiries directed to Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.

    Files
    Title
    Posted
    The provided document,
    This document outlines wage determinations and benefits under the Service Contract Act for various occupations in Franklin and Wake Counties, North Carolina. It details hourly rates for administrative, automotive, food service, health, IT, and other categories. The document also specifies fringe benefits, including health and welfare, vacation, and holidays. It clarifies rules for computer employees, night and Sunday pay for air traffic controllers and weather observers, and hazardous pay differentials for work with ordnance. Additionally, it addresses uniform allowances and outlines the conformance process for unlisted occupations, ensuring fair compensation and compliance with federal labor regulations.
    This government file, Wage Determination No. 2015-4423, Revision No. 32, issued by the U.S. Department of Labor, Employment Standards Administration, details the minimum wage rates and fringe benefits for various service occupations in specific North and South Carolina counties. The document outlines hourly rates for numerous job categories, including administrative support, automotive, food service, health, and technical roles. It also specifies benefits such as health and welfare, vacation accrual (2-4 weeks), and eleven paid holidays annually. Additionally, the file addresses special compensation for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous duty differentials, and uniform allowances. It also provides a conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act and Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage adjustments for federal contractors.
    This document is a wage determination under the Service Contract Act for North Carolina's Cumberland and Hoke counties, effective December 3, 2025. It lists prevailing wage rates for numerous occupations across various sectors, including administrative support, automotive, food service, health, information technology, and maintenance. The document outlines mandatory fringe benefits such as health and welfare, vacation, and holidays. It also details specific conditions for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. Additionally, the document provides the conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act and related Executive Orders 13706 and 13658, which address paid sick leave and minimum wage for federal contractors.
    This Performance Work Statement (PWS) outlines a non-personnel services contract for Medical Laboratory Services for the North Carolina National Guard (NCNG). The contractor will provide all necessary resources to analyze blood and urine samples collected by the Government. The contract has a five-year period of performance. The contractor is responsible for picking up samples at designated NCNG locations and delivering electronic test results within 48 hours. Key requirements include compliance with all relevant federal, state, and local regulations for laboratory services, bloodborne pathogens, hazardous waste, and equipment. Contractor personnel must be licensed and certified, and adhere to strict security, identification, and training protocols, including AT Level 1 and iWATCH. The PWS also details quality control and assurance measures, government-furnished items (none), and contractor-furnished items. Prohibited activities include trafficking in persons and organizational conflicts of interest. The document lists specific laboratory tests the contractor must perform.
    The North Carolina National Guard (NCNG) has issued a combined synopsis/solicitation (W9124226Q0004) for commercial Medical Laboratory Services through a Blanket Purchase Agreement (BPA). This acquisition is open to unrestricted competition and requests quotations. Vendors must be registered and active in SAM.gov. The NAICS code is 621511 with a size standard of $41,500,000. The contractor will provide personnel, materials, supervision, and services in accordance with the provided attachments, including a Performance Work Statement (PWS) and wage determinations. Funding will be issued by call, not directly through the master BPA. Proposals require pricing for all CLINS, a technical proposal addressing the PWS, and past performance information. Evaluation factors include past performance, technical capability, and price, with a streamlined comparative trade-off approach. The government will award a firm-fixed priced BPA to the offeror representing the best value.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    The Medical Readiness Contracting Office West (MRCO -W) is issuing this Sources Sought for a cost-per-reportable-result agreement to conduct hematology testing for the CBC, Reticulocyte counts, and Body Fluid Count in support of the BAMC.
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West (MRCO-W), is seeking sources for a cost-per-reportable-result agreement to conduct hematology testing, including CBC, Reticulocyte counts, and Body Fluid Counts, in support of the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to provide fully automated hematology analyzers and associated reagents, consumables, and quality control materials to meet the laboratory's operational needs, with an annual testing volume of approximately 194,981 tests across various locations. This opportunity is critical for maintaining the laboratory's capacity to deliver timely and accurate hematological analyses, ensuring high-quality patient care. Interested vendors must submit their responses 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.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation 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.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    EMERGENT REFERENCE LAB TESTING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide emergent reference laboratory testing services for the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement aims to secure laboratory testing for urgent/emergent patient specimens that cannot be performed in-house, including tests such as Mycobacteria Stains, Microbiology Specimens, and Therapeutic Drugs, with a required turnaround time of 24 hours or less for STAT testing. This service is critical for ensuring timely patient care and addressing urgent medical needs. Interested vendors must possess a current CMS CLIA Certificate for High Complexity Testing and a Laboratory Accrediting Agency Certificate, with responses due by November 19, 2025, at 4:00 PM CST. For further inquiries, vendors can contact Monica Reed at monica.reed@va.gov or by phone at 334-450-5679.
    Texas Army National Guard: Medical and Dental Readiness Services FY26 events
    Dept Of Defense
    The Texas Army National Guard is seeking proposals for a firm fixed-price contract to provide Medical and Dental Readiness Services for five Soldier Readiness Processing (SRP) events scheduled between January and July 2026. The contract requires the selected contractor to supply all necessary personnel, equipment, tools, materials, supervision, and quality control, with specific exceptions for Government Furnished items, as outlined in the Performance Work Statement (PWS). These services are crucial for maintaining the health and readiness of soldiers, ensuring they are fit for duty. Interested offerors must be registered in the System for Award Management (SAM) and can find registration instructions at www.SAM.gov. For further inquiries, contact Jolan Duverglas at jolan.j.duverglas.mil@army.mil or by phone at 512-782-5503.
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    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.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.