Urine Analysis Lease Blanket Purchase Agreement
ID: W91YTZ25QA099Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EASTFORT BELVOIR, VA, 22060-5580, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking offers for a Urine Analysis Lease Blanket Purchase Agreement to support the Ireland Army Health Clinic at Fort Knox, Kentucky. The procurement aims to lease a fully automated urinalysis analyzer system, which includes installation, maintenance, operator training, and all necessary supplies, to enhance diagnostic capabilities and ensure timely patient care. This opportunity is critical for military healthcare operations, as it will facilitate accurate urinalysis testing in compliance with medical quality standards. Interested vendors must submit their proposals by 4:00 PM EDT on August 12, 2025, and can direct inquiries to Justin Balster at justin.balster2.civ@health.mil or Rebecca Ruff at rebecca-lynn.m.ruff.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file addresses questions from potential bidders regarding a Blanket Purchase Agreement. Key points include clarification on pricing structure, confirmation of test volumes, and guidance on submission requirements. A fixed monthly lease rate is acceptable as the solicitation is for a Blanket Purchase Agreement. The government provided specific annual urine chemistry and automated urine microscopic test volumes for August 2024 through July 2025 (2,773 tests each) and calendar year 2024 (3,161 tests each). Lastly, the SF 1449 form is not required for this combined synopsis/solicitation, as the mention of it is template language.
    This document is an amendment to a solicitation/modification of a contract, specifically identified as Amendment/Modification Number 0001 to Solicitation Number W91YTZ25QA099, dated July 29, 2025. Issued by the Medical Readiness Contracting Office East, the amendment's primary purpose is to provide responses to questions submitted regarding the combined synopsis/solicitation. It outlines the procedures for acknowledging receipt of the amendment by offerors, emphasizing that failure to do so before the specified hour and date may result in the rejection of their offer. It also details how changes to already submitted offers can be made due to this amendment. The document confirms that, except for the changes outlined, all other terms and conditions of the original document remain in full force and effect. Key personnel, including Justin Balster (Contract Specialist) and Rebecca-Lynn M. Ruff (Contracting Officer), are identified.
    This document is an amendment to a solicitation/modification of a contract, specifically Standard Form 30 (SF30), and its primary purpose is to cancel the combined synopsis/solicitation identified as W91YTZ25QA099. The amendment, number 0002, was issued on August 5, 2025, by the Medical Readiness Contracting Office East. It outlines the procedures for offerors to acknowledge receipt of amendments, emphasizing that failure to do so by the specified deadline may result in the rejection of their offer. It also details how changes to an already submitted offer can be made. The document further specifies sections for accounting data, contract modifications (including change orders, administrative changes, and supplemental agreements), and requires signatures from both the contractor/offeror and the contracting officer.
    The file outlines a Blanket Purchase Agreement (BPA) between a successful offeror and the Health Readiness Contracting Office (HRCO) - East, in accordance with the Federal Acquisition Regulation (FAR). The BPA enables the contractor to provide reportable Blood Gas Analyzers and associated reagents for a five-year period from October 1, 2025, to September 30, 2030. The government is obligated to honor orders placed by authorized individuals, with specified purchase limits established at the time of award. Delivery tickets accompanying shipments must contain essential information, including itemized lists and relevant dates. The contractor is required to submit detailed invoices for each order, and annual reviews of pricing will be conducted. Furthermore, the document provides estimates for the number of tests performed annually and the consumables required, indicating a focus on laboratory service support. This BPA serves as a foundational agreement ensuring the government’s needs for medical supplies are met while adhering to procurement regulations and maintaining budgetary control.
    The document outlines a Statement of Need for leasing a fully automated urinalysis analyzer system for the Ireland Army Health Clinic at Fort Knox, Kentucky. The contractor is required to provide comprehensive services, including installation, maintenance, and operator training, along with all requisite supplies and materials. Key specifications include the analyzer's capability to perform a wide array of urinalysis tests, compatibility with military computer systems, and adherence to relevant medical quality standards. Method validation and operator training are essential aspects to ensure proper functionality and compliance with medical regulations. The contractor is also responsible for delivering reagents and maintenance as well as detailed record-keeping of service performed. The document emphasizes compliance with U.S. laws and military regulations related to medical equipment. Overall, this procurement supports military healthcare operations by enhancing diagnostic capabilities and ensuring accurate and timely patient care.
    The document outlines a Request for Offers (RFO) for a Urine Analysis Lease Blanket Purchase Agreement, issued under the federal acquisition guidelines as per FAR 12.603. This solicitation is unrestricted, categorized under NAICS code 325413, which covers commercial items and services related to laboratory equipment. Interested offerors must provide estimated quantities and unit prices for analyzers and reagents, a technical description of their offerings, and a statement of agreement with the solicitation's terms. To be eligible for award, vendors must be registered with the System for Award Management (SAM). Proposals are due by 4:00 PM EDT on August 12, 2025, and must be submitted via email to designated points of contact. The document emphasizes the importance of timely submission and compliance with the outlined requirements, setting the framework for evaluating potential suppliers in accordance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Buyer not available
    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.
    Coagulation Analyzers for Naval Hospital Yokosuka and Branch Clinic Iwakuni
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure three coagulation analyzers and associated reagents for the Naval Hospital Yokosuka and Branch Clinic Iwakuni in Japan. The analyzers must meet specific technical requirements, including Laboratory Information System connectivity, a Windows 11 user interface, and the capability to perform various coagulation tests, while adhering to size and power limitations due to laboratory constraints. These analyzers are critical for ensuring timely and accurate diagnostic capabilities in a military healthcare setting. Interested vendors should contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details, with a delivery, installation, and validation deadline set for July 1, 2023.
    Chemistry Analyzers for Naval Hospital Yokosuka
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure five chemistry analyzers for the Naval Hospital Yokosuka in Japan. The analyzers must meet specific technical requirements, including a Laboratory Information System with bidirectional interface capabilities, the ability to process various sample types, and features for critical value notifications, among others. These analyzers are crucial for efficient laboratory operations, enabling the hospital to manage a high volume of samples—up to 100,000 annually—while ensuring timely and accurate diagnostics. Interested vendors can reach out to Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeffrey Collins at JEFFREY.P.COLLINS20.CIV@HEALTH.MIL for further details.
    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
    Buyer not available
    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.
    Beckman Coulter Hematology Analyzers and Reagents for Naval Hospitals Yokosuka and Okinawa
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure nine hematology analyzers and associated reagents for Naval Hospitals located in Yokosuka and Okinawa, Japan, as well as Branch Health Clinics in Atsugi, Sasebo, Iwakuni, Japan, and Diego Garcia, United Kingdom. These analyzers are critical for conducting Complete Blood Counts and other hematology tests, ensuring timely and accurate results for blood samples that cannot be transported over long distances without compromising their integrity. The contract requires that the analyzers be delivered, installed, and validated by January 1, 2023, and interested vendors can reach out to primary contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or secondary contact Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details.
    Immunohematology Blood-Grouping Analyzer Cost Per Test Contract (GSA eBuy)
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking proposals for a Cost Per Test contract for two automated immunohematology blood-grouping analyzers, along with associated reagents, quality control materials, maintenance services, and consumables for the Naval Medical Center Portsmouth (NMCP). The analyzers must be capable of performing critical blood tests, including ABO/Rh typing and antibody screening, with a minimum daily throughput of 140 tests, ensuring compliance with FDA and other regulatory standards. This procurement is vital for supporting the Transfusion Services Division, which plays a crucial role in patient care by ensuring safe and timely transfusion support. Interested vendors must submit their quotations via GSA eBuy by December 10, 2025, at 10:00 AM ET, and direct any questions to Matthew Teel at matthew.d.teel.civ@health.mil.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Q301--Actionable-554 (LAB) | NEW - Prostate Testing, Urine, Non Invasive
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is conducting a Sources Sought Notice to identify potential suppliers for Non-Invasive Prostate Testing Kits to support the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a urine-based molecular liquid biopsy test that differentiates between high and low risk of aggressive prostate cancer without using PSA levels or requiring a digital rectal exam (DRE). This testing is crucial for improving patient outcomes by providing accurate risk assessments for prostate cancer, thereby guiding the need for biopsies. Interested vendors must submit their capabilities, including company details and compliance with Federal Acquisition Regulation (FAR) requirements, by December 16, 2025, at 8:00 AM Eastern Time, to Alejandra Sierra at Alejandra.Sierra@va.gov.
    Microbial Identification System (MIS)
    Buyer not available
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    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.
    Buyer not available
    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.