Hematology System Cost Per Reportable
ID: HT940624R0039Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is seeking proposals for the procurement of two fully automated Hematology Systems for the 633rd Medical Group at Langley AFB, Virginia. The systems must perform a range of hematology tests, including complete blood counts and body fluid analyses, while integrating seamlessly with the existing Laboratory Information System (LIS). This procurement is crucial for enhancing operational efficiency in military healthcare, ensuring compliance with regulatory standards, and providing high-quality laboratory services. Interested contractors must submit their proposals electronically by September 20, 2024, and direct any questions to Karl Molina at karl.o.molina.civ@health.mil by September 12, 2024.

    Files
    Title
    Posted
    The 633rd Medical Group at Langley AFB, VA, is seeking proposals for a firm-fixed-price contract to supply and install two fully automated Hematology Systems. These systems will perform various hematology tests, including complete blood counts, body fluid analyses, and integrate seamlessly with the existing Laboratory Information System (LIS). Essential requirements include FDA approval for all assays and instrumentation, specific dimensional requirements, real-time quality control capabilities, and a self-contained design that requires no external utilities. Additionally, the contract includes provisions for installation, maintenance, technical support, and training for government personnel. The contractor must adhere to industry standards and local regulations while ensuring the operation of equipment with minimal downtime and efficient service. Performance will be monitored through scheduled evaluations, and deficiencies must be addressed promptly. This RFP underscores a commitment to enhancing operational efficacy in a military healthcare environment while ensuring compliance with regulatory requirements and providing high-quality hematology services.
    This document serves as a format for providing a list of references regarding past performance by a vendor in the context of federal and state/local requests for proposals (RFPs) and grants. It requires vendors to present detailed information about their previous contracts, including the contract number, work performed (specifying roles, duties, full-time equivalents, and percentage of work completed), contract period of performance (POP), contracting agency details, primary point of contact including their name, phone number, and email, as well as the total contract value and annual amounts. Additionally, it inquires whether the work was performed by a proposed subcontractor, affiliate, or joint venture, prompting further documentation if applicable. This structured request for information aims to evaluate vendors’ qualifications based on their historical performance, facilitating informed decision-making for upcoming contracts. It emphasizes accountability and provides a clear guideline for vendors to present their experience and capabilities in fulfilling government contracts.
    The document outlines the annual cost estimates and quantities for various hematology tests as part of a request for proposals (RFP) for hematology services. It includes a detailed breakdown of tests such as the Complete Blood Count (CBC) and Reticulocyte Count Panel, reporting estimated annual quantities of 45,720 and 180, respectively. It indicates that training slots, specifically for operating a Hematology Analyzer, are being considered with two slots mentioned for each year. The document provides a Cost Per Reportable Pricing Worksheet spanning multiple option years (one through four) and a possible six-month extension, noting all costs as $0.00 across all categories. This suggests a potential grant or federal funding application, aiming for clarity in testing costs and service provision for eligible entities involved in public health or medical services. The overall aim is to ensure transparency in pricing and service availability in the health sector, adhering to budgetary expectations and regulatory compliance for government procurement practices.
    The 633rd Medical Group at Langley AFB, VA, has issued a combined synopsis/solicitation (RFP HT940624R0039) seeking quotes for two fully automated Hematology Systems. These systems must perform necessary hematology testing, including complete blood counts and slide analysis, while integrating with the current Laboratory Information System (LIS). The contract will be awarded based on a firm-fixed-price structure, with a base year starting from October 6, 2024, and includes four additional option years. Respondents must provide comprehensive details in four sections: administrative information, past performance, technical capability, and price, with an emphasis on demonstrating technical capability and relevant past performance. Evaluation criteria prioritize technical capability and past performance over price. Notably, contractors must confirm the ability to operate (ATO) and submit proposals electronically by September 20, 2024. Questions regarding the RFP must be sent by September 12, 2024. The document outlines specific submission requirements, including a completed cost worksheet, references, and compliance with various FAR clauses. This solicitation emphasizes the government's commitment to obtaining high-quality medical laboratory equipment while ensuring operational continuity and regulatory compliance.
    The document addresses specific queries regarding the setup and response requirements for a federal procurement request involving a hematology analyzer and related equipment. It confirms that the slide maker/stainer and slide reader do not need a direct physical connection to the hematology analyzer, facilitating flexible configuration options. Additionally, it states that the hematology analyzer must be placed on a wagon or cart, ensuring mobility and support during operation. Regarding the proposal submission, the document clarifies that the response should be 15 pages long, exclusive of the 12-page Statement of Work (SOW), with the technical section of the SOW occupying the first six pages. This information outlines essential logistics and submission criteria, essential for potential contractors to align their proposals with the requirements outlined in the government RFP, facilitating compliance and ensuring an organized response process. Overall, these clarifications serve to guide bidders in preparing their proposals effectively, ensuring adherence to stipulated specifications and expectations in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hematology Analyzer (Sole Source)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Sysmex America, Inc. for the provision of one XN550 Hematology Analyzer, along with necessary service and consumables, for use at Edwards Air Force Base in California. This procurement is essential for maintaining the operational capabilities of the military's healthcare services, as the XN550 is a critical tool for hematological testing, and Sysmex is the only vendor capable of supplying compatible testing supplies. The contract will span five years, consisting of one base year and four optional years, with delivery expected to commence on October 1, 2025. Interested vendors may submit capability statements by September 17, 2024, to contest the sole source designation; however, this notice does not constitute a solicitation for competitive bids. For further inquiries, contact Brandi Roberts at brandi.m.roberts5.civ@health.mil or (726) 203-0162, or Mariangela Monsalve at mariangela.j.monsalve.civ@mail.mil or (726) 203-0120.
    micro
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Medical Research Center, is seeking to procure a hematology analyzer designed for use with rodent species, particularly rats and mice. The analyzer must have a compact design with dimensions not exceeding 20 inches in any direction, utilize tri-angle laser scattering and flow cytometry principles, and be capable of performing a 5-part differential analysis, including reticulocyte evaluation, with a throughput of at least 60 samples per hour and a minimal sample volume of 50 microliters or less. This equipment is crucial for advancing medical research and diagnostics within the military context. Interested vendors should contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil for further details regarding this opportunity.
    Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for laboratory testing services to support the Contingency Aeromedical Staging Facility (CASF) at Dobbins Air Reserve Base in Marietta, Georgia. The contractor will be responsible for providing certified personnel and managing all necessary equipment and supplies for various medical laboratory tests, ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining the health and readiness of military and DoD civilian personnel, with a focus on timely specimen collection, quality control, and adherence to HIPAA standards. Interested contractors must submit their proposals by 12:00 pm EDT on September 20, 2024, and can contact Keyonis Shack at keyonis.shack@us.af.mil or Patrina Sheffield at patrina.sheffield@us.af.mil for further information.
    Notice of Intent to Sole-Source - Hematology Analyzer Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract to Sysmex America, Inc. for routine preventative maintenance services and reagents for the Sysmex Hematology Analyzer Unit. This procurement is critical as the analyzer requires specific reagents that are exclusively provided by Sysmex America, making them the only viable source for fulfilling this requirement. Interested parties may submit a capability statement or proposal demonstrating why competitive bidding would be advantageous, with submissions due by 14 October 2024 at 2:00 PM MST. For further inquiries, contact SSgt Kevin Luccitti at kevin.luccitti@us.af.mil or SSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Chemistry Molecular Cost Per Reportable Results
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Chemistry/Immunoassay Analyzers, Reagents, and related services at the Dwight D. Eisenhower Army Medical Center located in Fort Gordon, Georgia. The procurement aims to support military healthcare operations by providing essential medical diagnostic equipment and reagents, particularly for laboratory tests focused on sexually transmitted infections, including Chlamydia trachomatis, Neisseria gonorrhea, and Human Papilloma Virus (HPV). This contract, expected to be awarded as a Firm Fixed Price agreement, includes installation, training, and ongoing maintenance, with proposals due by September 20, 2024. Interested vendors should direct inquiries to Jacquetta White at jacquetta.o.white.civ@health.mil or Sebrena L. Lane at sebrena.l.hackleylane.civ@health.mil for further details.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are encouraged to submit quotes as no written solicitation will be issued. For further details, potential bidders can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728.
    Medical Lab Technician and Medical Lab Technologists
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to negotiate a sole-source contract with Distinctive Health Spectrum Care JV LLC for the provision of medical laboratory personnel at the Naval Hospital Guam. The procurement aims to add two Medical Lab Technologists and one Medical Lab Technician under contract HT001418D0029, Task Order N6264521F0140, for the period from October 1, 2024, to June 27, 2025, reflecting the critical need for laboratory testing services in a military healthcare setting. Interested parties may submit capability statements for consideration, although the government may opt not to pursue competitive proposals based on the responses received, with a deadline for challenges set for September 26, 2024. For further inquiries, interested vendors can contact Uyen Tran at uyen.t.tran6.civ@health.mil.
    65--PUMP,BLOOD,CARDIOPU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of a blood pump (NSN 6515016687174) essential for medical applications. The solicitation is classified as a Request for Quotation (RFQ) and requires delivery to AMC Beaumont Bliss, Pennsylvania, within 20 days after order placement. This procurement is critical for maintaining medical readiness and support for military personnel. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Lab Whole Genome Testing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide whole genome sequencing testing services for the Naval Medical Center San Diego. The procurement involves a non-personal services contract that spans a base year from October 1, 2024, to September 30, 2025, with four optional renewal years, focusing on delivering high-quality genomic testing while ensuring compliance with industry standards such as HIPAA and CAP accreditation. This initiative is crucial for enhancing health services for military personnel, leveraging advanced genomic testing capabilities to improve diagnosis and treatment. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Jojie Urrete at jojie.n.urrete.civ@health.mil.
    Reference Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Reference Laboratory Testing Services to Diagnostic Laboratory Services, Inc. This contract will support the Laboratory Department at Naval Hospital Guam by providing comprehensive diagnostic testing and specialized laboratory services, including blood tests, genetic testing, and microbiology, which are critical for ensuring timely and accurate patient diagnoses. The contract is set to begin on September 19, 2024, with options for extension through September 30, 2026, and interested vendors must submit capability statements by 1:00 PM Pacific Daylight Time on September 12, 2024, to Merlinda Labaco at merlinda.m.labaco.civ@health.mil for consideration.