On Island Reference Laboratory Testing and Courier Services at Triple Army Medical Center, Hawaii
ID: W81K0225QA026Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is seeking proposals for On Island Reference Laboratory Testing and Courier Services at Tripler Army Medical Center in Hawaii. This procurement aims to establish Multiple Blanket Purchase Agreements for non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries, including STAT courier services for urgent testing and compliance with strict professional standards. The total award amount is capped at $250,000, with individual call limits of $25,000, and the solicitation is 100% set aside for small businesses, particularly Women-Owned Small Businesses (WOSB). Interested parties must submit their quotes via email to Leslie Takayama by April 30, 2025, at 10:00 am HST, ensuring adherence to the outlined requirements and evaluation criteria.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the evaluation criteria for issuing multiple pre-priced Blanket Purchase Agreements (BPAs) for federal procurements of goods and services under FAR regulations. It establishes that suppliers' quotations must be technically acceptable, have adequate past performance, and provide fair pricing without engaging in discussions unless deemed necessary by the Contracting Officer. The evaluation factors include Technical Capability, Past Performance, and Price. The Technical Capability assessment requires a comprehensive narrative demonstrating compliance with the Performance Work Statement, where a rating of "Acceptable" is essential for eligibility. Past Performance will utilize a confidence assessment based on the supplier's history in similar contracts to gauge the likelihood of successful performance. Price evaluations focus on fairness and reasonableness, noting that significantly unbalanced pricing may render a quotation unacceptable. If a BPA is established, the supplier must formally accept it, although the Government reserves the right to amend or cancel prior to acceptance. Overall, the document emphasizes the importance of meeting non-price criteria and maintaining responsible supplier standards for successful government procurement processes.
    The document outlines the instructions for preparing quotes in response to a government solicitation, specifically addressing the requirements for quote submission timelines and documentation structure. Quoters must submit a signed quotation to the designated contracting office, delivered via e-mail, and confirm receipt. The quote is to be organized into four volumes: Administrative, Technical, Past Performance, and Price. Volume I includes a title page with corporate officer signatures, signed amendments, and completed representations and certifications. Volume II focuses on technical capacity, requiring documentation of qualifications and service capabilities. Volume III assesses the quoter's past performance history through government databases or personal records. Volume IV demands pricing details, encouraging competitive rates and supporting data. Provisions for protest processes are also mentioned, along with a reminder of the incorporation of certain FAR provisions into the solicitation. Overall, the addendum serves as a comprehensive framework guiding potential quoters on compliance and submission requirements within the scope of federal contracting. This structure ensures clarity and promotes organized responses to facilitate the selection process for government contracts.
    This document serves as Amendment 1 to solicitation W81K02-25-Q-A026, addressing queries from potential offerors regarding the submission process and contract specifications. It clarifies that there are no changes to the solicitation's terms and conditions beyond the answers provided. Key points include the confirmation of specific tests required for the pricing schedule, the extension of the proposal due date to April 30, 2025, and the inclusion of Flow Cytometry in the Performance Work Statement (PWS). The amendment reinforces existing requirements regarding invoicing, including the necessity of detailed information like collection time and specimen ID. Additionally, it confirms that required training programs, including AT Level I and OPSEC Awareness, will be available to employees. The document emphasizes compliance with procurement procedures and training protocols related to the contract, reflecting the structured approach of federal RFP processes. Overall, the amendment aims to provide clarity and ensure that offerors can effectively prepare their proposals in alignment with the specified requirements.
    Amendment 2 to solicitation W81K02-25-Q-A026 serves to address inquiries related to the proposal process. The amendment states there are no changes to the solicitation's terms and conditions other than the extension of the proposal due date to May 9, 2025. It also requires that offerors acknowledge this amendment in their quote submissions. This document represents a typical adjustment in the Request for Proposals (RFP) process, ensuring potential offerors are informed of important updates and maintaining transparency in federal procurement activities.
    The Performance Work Statement outlines the requirements for On Island Clinical Reference Laboratory Testing and Courier Services at Tripler Army Medical Center, Hawaii. The contractor is responsible for providing non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries. Key components include STAT courier services for urgent testing, adherence to strict professional standards, and compliance with applicable regulations. The scope of work involves routine specimen collection, analysis, and timely reporting of results, ensuring efficient communication between the laboratory and the medical center. Quality assurance measures specify ongoing inspections and adherence to the Joint Commission standards, the Health Insurance Portability and Accountability Act (HIPAA), and the Occupational Safety and Health Administration (OSHA) regulations. Contractors must achieve proper licensure and certifications, and ensure personnel are trained for potential security risks. The document sets clear expectations for performance, communication, and safety in handling sensitive medical materials. This initiative supports the military healthcare system by ensuring accessible and high-quality laboratory services tailored to the needs of the armed forces and their families.
    The document outlines a list of laboratory tests available for various medical evaluations, covering domains like chemistry, hematology, coagulation, microbiology, and body fluid analysis. It specifies tests such as Amikacin, Methotrexate, Tacrolimus, and body fluid analysis for parameters like bilirubin and glucose. Some tests, such as the HSV PCR for CSF and serum, are contingent on availability. The vendor is permitted to outsource testing to third parties if in-house capabilities are lacking. Additionally, a section for turnaround time is indicated, although specific timeframes are not provided. This document appears to be a component of government RFPs, outlining requirements for laboratory services, potentially for federal and state health initiatives or grant programs seeking to ensure comprehensive testing capabilities. It emphasizes the importance of diagnostic accuracy and rapid availability in healthcare settings.
    The Women-Owned Small Business (WOSB) solicitation document outlines the procurement process for commercial products and services aimed at supporting WOSBs, specifically relating to a contract for laboratory testing services at the Tripler Army Medical Center from May 2025 through April 2030. The document includes critical details such as requisition number, solicitation and award dates, and payment methods, emphasizing electronic transactions. It incorporates standard FAR and DFARS contract clauses, ensuring compliance with federal regulations regarding small business designations, payment terms, and employment requirements. The document also specifies the different socio-economic categories applicable to businesses, like Economically Disadvantaged Women-Owned Small Business (EDWOSB) and others. Ultimately, this solicitation reflects the government’s commitment to enhance participation by small and women-owned businesses in federal contracting, facilitating opportunities for growth and compliance with mandated procurement practices.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract regarding commercial products and services related to STAT reference lab testing for the Tripler Army Medical Center. It includes procurement details such as the solicitation and contract numbers, contact information, and specifics regarding the requirements and terms of performance from May 1, 2025, to April 30, 2030. The total award amount is set at a Maximum Dollar Limit of $250,000 with individual call limits of $25,000. Key elements include integration of relevant Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that ensure compliance with government procurement policies, small business utilization, and veterans' employment reports. The document requires detailed contractor representations concerning small business status and mandates electronic invoicing through the Wide Area Workflow (WAWF) system. The purpose of this solicitation is to establish a partnerships framework that aligns with federal initiatives to support small businesses, particularly those owned by women and economically disadvantaged individuals, while fulfilling the medical readiness needs of the military. Overall, it emphasizes accountability, regulatory compliance, and the promotion of small business participation in federal contracting.
    The government document outlines a solicitation/contract/order for commercial products and services specifically geared towards Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The solicitation number is W81K0225QA026, and the offer due date is April 25, 2025. This contract is intended for laboratory testing services at the Tripler Army Medical Center, with a total award amount referenced but not specified. The document includes key clauses regarding contract administration, payment instructions, and compliance with federal regulations. It specifies the evaluation and selection processes for proposals, incorporation of various Federal Acquisition Regulation (FAR) clauses, and stipulations on subcontracting and reporting. Additionally, the contractor must adhere to equal opportunity provisions, including employment reports on veterans and anti-trafficking protections. The acquisition has a master dollar limit of $250,000, with specific terms laid out for payments, including electronic funds transfers and conditions for invoicing. The primary aim is to facilitate engagement with small businesses while ensuring compliance with current governmental regulations, promoting inclusivity in federal contracting opportunities, and enhancing service delivery within military health facilities.
    The Blanket Purchase Agreement (BPA) establishes a contract between XXXXXXXXXXXX Contractor and the Medical Readiness Contracting Office - Pacific, effective from May 15, 2025, to May 14, 2030, with a total dollar limit of $250,000. The BPA allows for individual call limits of $25,000 if using a government purchase card and $250,000 if through the contracting office. The agreement emphasizes fair opportunity in ordering procedures, with authorized individuals listed by the contracting office. Equipment, defined as non-expendable and property-accountable items, is excluded from this BPA. Payment methods include government purchase cards and the Wide Area Workflow (WAWF) system for transactions exceeding $25,000. Invoices must be properly documented, and the contractor must submit their invoices through WAWF for payment with all relevant shipping and order details included. This BPA supports the procurement of necessary items while adhering to federal regulations and budget constraints, ensuring accountability and compliance throughout its duration.
    Lifecycle
    Similar Opportunities
    Radiopharmaceutical Laboratory Services (RLS) MAMC
    Dept Of Defense
    The Department of Defense, specifically the Madigan Army Medical Center, is conducting market research to identify qualified vendors capable of providing comprehensive Radiopharmaceutical Laboratory Services (RLS). The procurement aims to ensure that vendors can meet stringent requirements, including compliance with FDA standards, The Joint Commission accreditation, and the ability to deliver a range of specified radiopharmaceuticals on a 24/7 basis, including urgent requests. These services are critical for supporting medical operations that rely on radiopharmaceuticals for diagnostics and treatment. Interested parties must submit their capability statements to Cindy Means and Scott Barr by December 19, 2025, at 4:00 PM Pacific Time, detailing their qualifications and ability to meet the outlined requirements.
    SirsiDynix Horizon Library Management System Software as a Service (SaaS) Upgrade and Maintenance Services for Tripler Army Medical Center, Hawaii
    Dept Of Defense
    The Department of Defense is seeking to procure upgrade and maintenance services for the SirsiDynix Horizon Library Management System Software as a Service (SaaS) at Tripler Army Medical Center in Hawaii. This procurement is classified as a sole source justification, indicating that the services are specifically required from a single provider due to the unique nature of the software and its integration with existing systems. The SirsiDynix system is critical for managing library resources and services, ensuring efficient operations within the medical center. Interested vendors can reach out to Jody Yamamoto at jody.m.yamamoto.civ@health.mil or by phone at 808-438-5126 for further details regarding this opportunity.
    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 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    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. For further inquiries, contact Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    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.
    Courier Service, 8th Medical Group Kunsan Air Base, South Korea
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a courier service to operate at Kunsan Air Base, South Korea. The contractor will be responsible for providing all necessary personnel, equipment, and transportation to facilitate the pickup and delivery of laboratory specimens and miscellaneous items between the 8th Medical Group laboratory at Kunsan Air Base and the 51st Medical Group Lab at Osan Air Base, as well as the Brian D. Allgood Army Community Hospital laboratory at Camp Humphreys. This service is critical for the timely transport of diagnostic specimens, ensuring that medical operations are conducted efficiently. Interested parties should contact Hyun Choi at hyun.k.choi.civ@army.mil or D. Scott Estes at d.s.estes.civ@army.mil for further details, with the expectation that all services will comply with Republic of Korea law regarding licensed drivers.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@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.