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
    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
    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.
    Similar Opportunities
    6515--Special Notice -Roche Diagnostic Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract to Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and compatible Special Stain (SS) Reagents, along with associated services, at the Overton Brooks VA Medical Center (OBVAMC). The contract will span from January 1, 2026, to December 31, 2030, including a base year and four option years, and aims to ensure accurate and efficient diagnostic staining for patient care through the provision of reagents, supplies, maintenance, and 24/7 technical support. This procurement is critical for maintaining high standards in laboratory diagnostics, and interested parties must submit their capabilities statements by December 16, 2025, to Rhonda Gibson at rhonda.gibson2@va.gov, referencing notice number 36C25626Q0248.
    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.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Q301--RNA Extraction and Sequencing - DURHAM VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source, firm-fixed-price contract with Duke University for RNA extraction and sequencing services. This procurement supports the VA's ongoing research on COVID-19 epidemiology, immunology, and clinical characteristics, which involves processing 800 whole blood RNA sequencing samples and performing 1600 RNA extractions. The total contract value is $251,672.80, with a performance period running from April 1, 2023, to March 31, 2024. Interested parties can reach out to Contracting Officer Ann Marie Stewart at annmarie.stewart@va.gov or by phone at 401-919-0878 for further details.
    Notice of Intent to Sole Source – Life Technologies Corp.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    Eurofin's EvoCard for DNA Sequencing
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking to procure EVOcards from Eurofins Genomics through a sole-source acquisition due to urgent and compelling needs. These EVOcards are essential for acquiring oligonucleotides, synthesized genes, and sequencing reactions, which are critical for ongoing research in molecular biology, biotechnology, and DNA nanotechnology. The NRL requires a rapid 24-hour turnaround for these specialized products to avoid disruptions in vital research related to biothreats and emerging diseases, with Eurofins identified as the only viable source capable of meeting this requirement. For further inquiries, interested parties can contact Brandon Zellers at brandon.zellers@nrl.navy.mil.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    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.
    Rapid Screening Device
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.