COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
ID: N3239825Q3163Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL MEDICAL RESEARCH CENTERSILVER SPRING, MD, 20910-7500, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

MISCELLANEOUS SERVICE AND TRADE EQUIPMENT (3590)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 8:06 PM UTC
The Naval Medical Research Command (NMRC) seeks to procure Roche supplies necessary for COVID-19 and various influenza detection assays through a sole-source contract. This acquisition includes reagents for 1,000 extraction reactions every two months across six shipments, totaling 6,000 reactions, utilizing Navy Fiscal Year 2025 funds amounting to $52,920. The justification cites the unique qualifications of Roche Diagnostics, as only their products meet the diagnostic grade quality required, which precludes a competitive bidding process under 10 U.S.C. 2304(c)(1) and FAR 13.106-1(b)(1). A market survey indicated no other suppliers could offer comparable products, and future procurements may be considered for competition if alternative sources arise. The Contracting Officer will ensure cost fairness through price analysis, confirming the anticipated contract price may reflect a discount from Roche’s commercial pricing. The NMRC emphasizes compliance with procurement regulations while maintaining diagnostic integrity essential for military health operations.
Lifecycle
Similar Opportunities
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.
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.
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.
QuantStudio 6 Flex
Buyer not available
The Department of Defense, specifically the Naval Medical Research Center, is seeking a sole source contract with Life Technologies Corporation for an annual maintenance and service agreement for the QuantStudio 6 Flex PCR system. This contract will provide essential support for the Naval Medical Research Unit San Antonio's research projects, ensuring minimal disruption to critical operations through one annual preventative maintenance visit and timely on-site service, including remedial repairs with factory-certified parts. The importance of this system lies in its role in gene expression and infection response research, where equipment downtime could significantly impact productivity and mission effectiveness. Interested vendors should contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411 for further details, as the anticipated period of performance is from FY 25 to FY 26, with a base contract duration of 12 months and no option years.
Notice of Intent - Sole Source Contract for Qiagen CLC Genomics WB Premium Network Software license
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the CLC Genomics WB Premium Network Software license. This procurement aims to secure a web-based research platform for DNA and RNA analysis, which is critical for the research conducted at the Walter Reed Army Institute of Research. The contract will include a one-year base license period with four optional one-year extensions, and Qiagen LLC is identified as the only source capable of providing this software. Interested parties must submit their responses by the deadline of 15 days from the notice publication, and inquiries can be directed to Mr. Keith C. Crum at keith.c.crum.civ@health.mil.
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.
EVOs M7000 Microscope
Buyer not available
The Department of Defense, specifically the Department of the Navy through the Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order for an EVOs M7000 Microscope to Fisher Scientific Company LLC. This procurement is being conducted under Simplified Acquisition Procedures, as outlined in FAR Part 13, and will not be open for full competition, as authorized under FAR 6.302-1. The EVOs M7000 Microscope is critical for analytical laboratory applications, supporting the Navy's operational and research needs. Interested parties may challenge the sole source designation by submitting written documentation to the primary contact, Sarah Schultz, at sarah.schultz@navy.mil, by the specified deadline, with the anticipated award date set for April 21, 2025.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
6640--CPRR - Cobas ROCHE REAGENTS/CONSUMABLES - BASE+4, Cinci
Buyer not available
The Department of Veterans Affairs is soliciting quotes for the acquisition of Roche Diagnostics Cobas 5800 System reagents and consumables for the Cincinnati VA Medical Center. This Request for Quote (RFQ) aims to establish a firm-fixed price contract for a base year plus four option years, focusing on enhancing testing efficiency for various infectious diseases, including HCV, HIV, and HPV. The procurement encompasses the provision of a molecular testing instrument, necessary reagents, consumables, and associated services such as installation, validation, and training, all while ensuring compliance with FDA-approved assays and connectivity with existing medical information systems. Interested bidders must submit their quotes by April 29, 2025, and can direct inquiries to Contract Specialist Alice Clark at alice.clark@va.gov.