GSA RFQ-RFQ1787669-Amendment 2 clarifies submission requirements, due dates, and contract terms for a federal Request for Quotation. Offerors must adhere to Exhibit 1-Addendum to 52.212-1 for technical responses, with failure to fully answer SOW sections in Attachment 1 leading to an "Unacceptable" rating. Attachment 3-QASP is not required for submission but will be an attachment to the award for performance monitoring. The RFQ due date is Tuesday, December 9, 2025, at 10:00 p.m. ET. While the current RFQ is for a one-year requirement, the Government anticipates a separate five-year follow-on effort. The Combined Synopsis/Solicitation has been updated to depict a delivery schedule instead of a period of performance for this order.
This government file, RFQ1787669, Amendment 1, outlines the requirements for a Cost Per Test (CPT) contract for two automated immunohematology blood grouping analyzers for Naval Medical Center Portsmouth (NMCP). The analyzers must be identical models, capable of gel technology and no-wash antiglobulin procedures, with a minimum daily throughput of 140 tests. They must perform a comprehensive range of blood typing and compatibility tests for various hospital units. The contract includes reagents, quality control, maintenance, and consumables, with specific monthly and annual test volume requirements. The vendor is responsible for delivery, installation, initial operational validation, and providing tables and printers. Training for at least two staff members is required upon installation and annually for option periods. The system must be FDA-approved, OSHA-compliant, and capable of bi-directional interfacing with the DoD LIS, MHS Genesis. Maintenance coverage includes on-site support within 48 hours for critical issues, 24/7 telephonic support, and preventive maintenance according to OEM recommendations. Special attention is given to patient data confidentiality, requiring hard drives to remain on-site at the MTF if removed. The vendor must be an OEM authorized dealer and provide all necessary parts, labor, and documentation.
The document outlines a Request for Quotation (RFQ1787669) for a Cost Per Test (CPT) contract for two automated immunohematology blood grouping analyzers for NMCP. The contract spans January 1, 2026, to December 31, 2026, with no option periods. Key requirements include a minimum daily throughput of 140 tests per analyzer, gel technology capability, and no-wash antiglobulin procedures. The analyzers must perform routine blood cross-matching, ABO grouping, Rh phenotyping, and antibody detection for various patient types. The vendor is responsible for delivery, installation, FDA and OSHA compliance, and providing two printers, six patient sample racks per analyzer, and two tables. The contract also specifies monthly and annual supply volumes for reagents and consumables, comprehensive training for two staff members, preventive maintenance, LIS integration support, and specific electrical and spatial requirements. Maintenance calls require a one-hour telephone response and 48-hour on-site correction if needed. All parts must be new OEM, and the vendor must be an authorized dealer. Strict protocols for patient information confidentiality and removal of equipment containing such data are emphasized. The proposed system may require ATO approval and must interface with MHS Genesis.
The Defense Health Agency Contracting Activity (DHACA) Healthcare Division (HCD) Southeast (SE) is soliciting proposals for Immunohematology Blood-Grouping Analyzer Cost Per Test services for Naval Medical Center Portsmouth (NMCP). The requirement is for two (2) Immunohematology Blood-Grouping Analyzers (GEL Analyzers) capable of performing various blood tests, including ABO/Rh Typing, Antibody Identification, and Crossmatch. The contract includes reagents, quality control, training, maintenance, and consumables, to be billed monthly in arrears. The pricing sheet details estimated annual quantities for each test, with all unit pricing and totals required to be rounded to the second decimal place. The contract emphasizes redundancy in the analyzer system and adherence to DFARS 252.211-7003 for item identification and valuation.
The Defense Health Agency Contracting Activity (DHACA) Healthcare Division (HCD) Southeast (SE) is seeking proposals for Immunohematology Blood-Grouping Analyzers. The Request for Quotation (RFQ) 1787669, titled "Immunohematology Blood-Grouping Analyzer Cost Per Test," outlines the need for two GEL Analyzers to perform various blood grouping tests at Naval Medical Center Portsmouth (NMCP). The contract, structured as Firm-Fixed-Price (FFP), covers equipment usage, service, accessories, and shipping, including maintenance, training, reagents, consumables, and ATO authorization. The analyzer system must be capable of performing tests such as ABO/Rh Typing, Antibody Identification, and Crossmatch, with estimated annual quantities specified for each. The contractor will be billed monthly in arrears, and the requirements of DFARS 252.211-7003, Item Identification and Valuation, are applicable.
This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance for an Immunohematology Blood-Grouping Analyzer Cost Per Test Contract. It details what will be monitored, how monitoring will occur, who is responsible for monitoring, and how results will be documented. Key government roles include the Contracting Officer (KO) and the Contracting Officer's Representative (COR), who oversee contract compliance and technical administration, respectively. Performance standards, including essential characteristics, delivery, OEM requirements, training, and maintenance, are outlined with acceptable quality levels. Surveillance methods, such as direct observation, and a rating system (Exceptional, Satisfactory, Unsatisfactory) are established. The QASP also details documentation procedures for both acceptable and unacceptable performance, including Contract Discrepancy Reports (CDRs) for deficiencies, and specifies annual performance assessment meetings.
The DHA Cyber Logistics Cybersecurity/Risk Management Framework (RMF) Requirements document outlines the cybersecurity obligations for vendors providing equipment, products, and software to the Defense Health Agency. It details requirements for RMF compliance, including testing in a vendor-maintained lab, FedRAMP approval for cloud offerings, and strict patch management and vulnerability remediation. Vendors must ensure continuous monitoring and maintain an Authority to Operate (ATO) throughout the product's lifecycle, with all associated cybersecurity costs included in pricing. The document also specifies system security requirements, such as providing NESSUS scans and mitigating vulnerabilities, along with detailed RMF assessment timeframes for both vendors and the government. Additionally, it establishes training and certification requirements for privileged users requiring network access, covering IA/IT certifications, background investigations, and mandatory annual cybersecurity, PII, and HIPAA training. Post-warranty service agreements must also adhere to continuous monitoring and risk management, ensuring ongoing compliance with DoD security regulations and guidance.
The Medical Device and Equipment Risk Assessment (MDERA) Version 6.3 is a Defense Health Agency (DHA) questionnaire for vendors to ensure medical devices meet cybersecurity compliance with U.S. Federal Government, Department of Defense (DoD), and DHA policies. This pre-procurement tool assesses data processing capabilities, security posture, and adherence to confidentiality, integrity, and availability principles for Risk Management Framework (RMF) Authorization. Vendors must disclose all technical specifications, including hardware, software, operating systems, and network configurations, as misrepresentation can lead to disqualification or contract breach. The MDERA requires details on regulatory certifications, DoD/DHA authorizations, cloud offerings, interfaces, vulnerability management, and data processing of Electronic Protected Health Information (ePHI)/Personally Identifiable Information (PII), emphasizing secure handling and encryption capabilities. This ensures devices comply with stringent cybersecurity and NIST standards for use within the DoD healthcare system.
The General Services Administration (GSA) RFQ1787669, Amendment 1, outlines requirements for two automated immunohematology blood-grouping analyzers for the Naval Medical Center Portsmouth (NMCP). This Cost Per Test (CPT) contract includes associated reagents, quality control materials, maintenance, and consumables for the Transfusion Services Division. Key requirements specify analyzer capabilities such as ABO/Rh typing, antibody screening, and crossmatching, with a minimum daily throughput of 140 tests. Equipment must be FDA-approved, operate within 15-30 °C, and perform C & E phenotyping. The proposal due date is December 9, 2025, at 10:00 p.m. ET. The contract emphasizes comprehensive maintenance, training, and adherence to cybersecurity standards and OEM specifications.
The General Services Administration (GSA) RFQ1787669, amended twice, outlines a combined synopsis/solicitation for a Cost Per Test (CPT) contract for two automated immunohematology blood-grouping analyzers for the Naval Medical Center Portsmouth (NMCP). The contract, a firm-fixed-price order through GSA, requires automated analyzers, reagents, quality control, maintenance, and consumables for the Transfusion Services Division. Key requirements include specific testing capabilities (e.g., ABO/Rh Typing, Antibody Screening), a minimum daily throughput of 140 tests, gel technology, and FDA compliance. The delivery period is from January 1, 2026, to December 31, 2026, with specific monthly supply volumes. The vendor is responsible for delivery, installation, a 30-day validation, staff training, preventive maintenance, LIS integration, and adherence to cybersecurity standards, including potential Authorization to Operate (ATO) approval. The solicitation emphasizes detailed performance standards and reporting requirements.
The General Services Administration (GSA) RFQ1787669 is a combined synopsis/solicitation for a Cost Per Test (CPT) contract for two automated immunohematology blood-grouping analyzers. The Naval Medical Center Portsmouth (NMCP) requires these analyzers, along with associated reagents, quality control materials, maintenance, and consumables, to support its Transfusion Services Division. The systems are essential for routine and emergent patient care, performing critical tests like ABO/Rh typing and antibody screening. The contract includes a base period from January 1, 2026, to December 31, 2026, with no option periods. The solicitation outlines essential characteristics for the analyzers, including specific test capabilities, daily throughput, and compliance with FDA and OSHA regulations. The vendor will be responsible for delivery, installation, initial operational validation, staff training, and ongoing maintenance, including a 48-hour on-site response for corrective issues. Cybersecurity compliance, including potential Authorization to Operate (ATO) approval, is also a key requirement. The contracting officer for this RFQ is Matthew Teel.
This document outlines instructions for offerors responding to a Request for Quotation (RFQ) for commercial, non-personal services, leading to a Firm Fixed-Price contract. Key submission requirements include legible and comprehensive responses, technical acceptability, and a detailed price approach. Proposals must be submitted electronically via GSA eBuy to Matthew Teel by December 9, 2025, at 10:00 am ET. Questions are due by December 2, 2025, at 10:00 am ET. The period of performance is January 1, 2026, to December 31, 2026. Submissions must adhere to specific formatting (Times New Roman font 12 pitch, Adobe Acrobat PDF) and include a coversheet, table of contents, technical capability (max three pages), price, and completed FAR clauses. Unacceptable submissions include those sent by mail or outside GSA eBuy. Offerors must ensure pricing remains valid for 90 days, detail technical capabilities for equipment and services, and complete Attachment 1-SOW Checklist. Past performance will be evaluated through online systems, and a total price for each Contract Line-Item Number (CLIN) is required via Attachment 2-Pricing-Sheet. Offerors must be registered in SAM and provide their Unique Entity number and CAGE Code.
This document outlines instructions for offerors responding to a Request for Quotation (RFQ) for commercial, non-personal services, resulting in a Firm Fixed-Price contract. Key instructions include submitting legible, comprehensive, and factual quotations via GSA eBuy to Matthew Teel by December 9, 2025, at 10:00 pm ET. Proposals must adhere to specific formatting, font sizes, and software compatibility, including a maximum three-page limit for technical capability and a complete Attachment 1-SOW Checklist. Offerors must provide detailed technical specifications, pricing for all Contract Line-Item Numbers (CLINs), and ensure pricing remains valid for 90 days. Past performance will be evaluated through online systems, and offerors must be registered in the System for Award Management (SAM). Failure to comply with these instructions may lead to an 'unacceptable' rating. The period of performance is January 1, 2026, to December 31, 2026.
This document outlines instructions for offerors responding to a Request for Quotation (RFQ) for commercial, non-personal services, leading to a Firm Fixed-Price contract. Key instructions include submitting legible, comprehensive, and factual quotations via GSA eBuy to Matthew Teel by December 5, 2025, at 10:00 PM ET. Questions are due by December 2, 2025, at 10:00 AM ET. The proposal must include a coversheet, table of contents, POCs, a maximum three-page technical capability section, pricing, and completed FAR provisions. Technical capability requires detailing equipment costs, maintenance, training, warranties, and software, with a
This document outlines the evaluation criteria for a government Request for Quotation (RFQ) for contracts, emphasizing a competitive best value tradeoff process. The evaluation will consider three factors: Technical Capability, Past Performance, and Price. Non-price factors (Technical Capability and Past Performance) are collectively more important than Price, but as non-price factors become equal, Price gains importance. Technical Capability is rated “Exceeds,” “Acceptable,” or “Unacceptable” based on responsiveness to RFQ requirements. Past Performance is assessed for relevancy and confidence, with ratings ranging from “Very Relevant” to “Not Relevant” and “Substantial Confidence” to “No Confidence,” or “Unknown Confidence” if no record is available. Price will be evaluated for fairness and reasonableness. Only quotations submitted via GSA eBuy with an overall rating of “Exceeds” or “Acceptable” will be considered for award.