Brand Name Illumina reagents, kits and consumables (BPA)
ID: PANDHA25P0000028745NOIType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFORT DETRICK, MD, 21702, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source contract for the procurement of brand name Illumina reagents, kits, and consumables, specifically to Bio-Active Co., Ltd in Thailand. This procurement aims to support high-throughput sequencing workflows that are critical for microbial surveillance, viral detection, influenza typing, and gene expression profiling, utilizing products that are validated for compatibility with Illumina sequencing platforms. Interested parties are invited to respond within 15 days with evidence of their ability to provide comparable services; otherwise, the contract will be awarded solely to the identified vendor. For further inquiries, interested parties may contact John Fitzsimmons at john.l.fitzsimmons8.civ@health.mil or by phone at 301-514-2040.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Army Medical Research Acquisition Activity (USAMRAA) intends to issue a sole source award to Bio-Active Co., Ltd for commercial laboratory and medical supplies in Thailand. This award, on behalf of the Walter Reed Army Institute of Research (WRAIR) and Armed Forces Research Institute Medical Sciences (AFRIMS), will support high-throughput sequencing workflows essential for microbial surveillance, viral detection, influenza typing, and gene expression profiling. The specific products are critical due to their validated compatibility with Illumina sequencing platforms, standardized protocols, and integrated quality control elements, ensuring data accuracy and reproducibility. This notice serves as an informational announcement, inviting all eligible sources to respond in writing within 15 days with clear and convincing evidence of their ability to provide comparable services. Failure to receive such responses will result in a sole source acquisition award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Comprehensive full-service maintenance/repair plan for Illumina Nova/Seq 6000
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), is seeking to award a sole-source contract to Illumina, Inc. for a comprehensive maintenance and repair plan for the Illumina NovaSeq 6000 sequencing instrument. The contract, valued at $145,522, requires full coverage for OEM parts and labor, no-cost replacement of proprietary reagents, one on-site preventative maintenance visit, remote technical support, and on-site response within two business days, among other services. This procurement is critical for maintaining the operational integrity of the NovaSeq 6000, which is essential for various research applications. Interested parties may contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Stephanie Gray at stephanie.r.gray4.civ@health.mil for further information.
    CareDX Lab Solutions Inc. Allo Seq Tx17 Next Generation Sequencing (NGS) Reagent Kits
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to issue a sole-source firm fixed-price purchase order to CareDx Lab Solutions Inc. for the procurement of Allo Seq Tx17 Next Generation Sequencing (NGS) reagent kits. This acquisition aims to secure a one-year supply of NGS reagents necessary for the Human Leukocyte Antigen (HLA) Laboratory within the Department of Transfusion Medicine, ensuring adequate stock for patient testing through quarterly shipments scheduled for February, May, and August 2026. The HLA Laboratory plays a critical role in providing diagnostic testing and consultations for transplant eligibility, maintaining accreditation, and engaging in research for new diagnostic tests. Interested parties may submit their capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by January 10, 2026, at 6:00 AM EST, as this is not a request for proposals.
    NOTICE of Intent to SOLE SOURCE - Biolytic Lab Performance INC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Biolytic Lab Performance INC for the maintenance and upkeep of Dr. Oligo 48 Medium Throughput DNA Synthesizers. This procurement is critical for ensuring the operational readiness of a laboratory instrument that plays a vital role in standard laboratory operations and public health emergencies, necessitating regular maintenance and access to proprietary codes and OEM parts. Biolytic is uniquely qualified to provide these services due to their trained engineers and exclusive access to genuine OEM parts, with a response time of 24-48 hours for service calls. Interested parties may submit their interest and capability to respond to this requirement via email to the contract specialist by COB January 22, 2026, although this notice is not a request for competitive quotations.
    Notice of Intent to Sole Source – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    6550--Sources Sought: Cepheid GeneXpert Infinity Reagents
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking to award a Sole Source, Fixed-Priced Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the procurement of Multi-Drug-Resistant Organism (MDRO) reagents for use with the existing Cepheid GeneXpert Infinity system. This procurement is critical for conducting a wide range of infectious disease testing, including tests for MRSA, C. difficile, CRE, CT/NG, Group A Streptococcus, SARS-CoV-2, and other pathogens. Interested parties are invited to demonstrate their capability to fulfill this requirement by submitting supporting evidence to the Contracting Officer, Moneque Rodriguez, at moneque.rodriguez@va.gov by 1:00 PM Eastern Standard Time on January 9, 2026. This notice is not a request for competitive proposals, and the government will proceed with the sole source acquisition if no viable alternatives are presented.
    OligoCard for DNA Sequencing
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking a sole-source procurement of OligoCards from Integrated DNA Technologies (IDT) for critical research purposes. This acquisition, valued between $10,000 and $250,000, is justified under FAR 13.106-1(b)(1)(i) due to the urgent need for specialized oligonucleotides and comprehensive sequencing services that only IDT can provide. The OligoCards are vital for advancing molecular biology, biotechnology, and DNA nanotechnology research, particularly in areas such as protein production, threat detection, and sensor development for the Department of Defense. Interested parties can reach out to Brandon Zellers at brandon.zellers@nrl.navy.mil for further information regarding this opportunity.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Notice of Intent - Spectra Optia service
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a firm fixed price contract on a sole source basis to Terumo BCT INC for preventative maintenance services for the Spectra Optia Apheresis system at the Walter Reed National Military Medical Center in Maryland. This procurement is justified under the authority permitting Other than Full and Open Competition, as Terumo BCT INC is the only vendor capable of providing the necessary services for their products. The contract is critical for maintaining the operational efficiency of medical equipment essential for patient care. Interested parties may express their interest and capabilities by emailing the designated contacts by January 12, 2026, although this notice does not constitute a request for competitive proposals.
    6640--Lab DiaSorin Reagents - VISN23
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 23, intends to award a sole source firm fixed price contract to DIASORIN MOLECULAR LLC for the provision of DiaSorin Reagents to support the Veterans Integrated Service Network 23 (VISN23). The procurement aims to secure FDA-approved quality control kits and consumables, including various Simplexa kits for COVID-19, Flu A/B & RSV, and other critical tests, with specific requirements for long outdates and immediate replacement in case of recalls. These reagents are essential for the operation of multiple lab sites across South Dakota, Iowa, North Dakota, Nebraska, Minnesota, and Wisconsin, ensuring the delivery of vital healthcare services to veterans. Interested vendors who believe they can meet the requirements as authorized resellers must submit their capability statements to Contracting Officer Emanuel Nevarez by January 12, 2026, at 13:00 Central Time, referencing solicitation number 36C26326Q0249.
    Hologic Covid Testing Supplies
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.