Hologic Covid Testing Supplies
ID: HT490623R0004Type: Justification
Overview

Buyer

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

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Justification and Approval (J&A) for a sole source acquisition of COVID-19 testing supplies for the Tidewater Contracting Division. The contract, valued at $1,697,962.00 over a base year and four option periods, is for proprietary Hologic COVID-testing supplies essential for their existing analyzers at NH Jacksonville. The sole source justification is based on Hologic being the only vendor capable of supplying compatible assays and reagents, avoiding costly facility modifications for a new system. Market research confirmed no substitute items are available. The procurement is under 41 U.S.C. 1901 Simplified Acquisition Procedures, and efforts to obtain competition include posting to SAM.gov. The cost is determined fair and reasonable through historical data and price comparisons. Legal and contracting officers have approved the justification, with the Competition Advocate recommending further market research for future contracts.
    Lifecycle
    Title
    Type
    Justification
    Similar Opportunities
    Hologic Panther Reagents CLE
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Hologic Panther Reagents through a sole source acquisition for the Cleveland Veterans Affairs Medical Center (CLE VAMC). These specialized in-vitro diagnostic products are critical for high-accuracy women's health testing, including tests for chlamydia and gonorrhea, and are specifically designed to work with existing Hologic Panther instrumentation at the facility. The reagents are proprietary to Hologic, and no compatible third-party alternatives exist, making this procurement essential for maintaining reliable test performance and manufacturer support. Interested parties may submit their capabilities by December 10, 2025, at 5 PM EST, for consideration, and inquiries should be directed to Rachelle Hamer at rachelle.hamer@va.gov.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Buyer not available
    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.
    Sole Source - Urine Analyzers for NHCH
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking to procure automated urine laboratory analyzers and associated supplies for the United States Naval Health Clinic Hawaii (NHCH) and Branch Health Clinic Kaneohe Bay. This procurement includes reagents, quality control, maintenance, and consumables, specifically two automated urine analyzers, which are critical for enhancing diagnostic capabilities in military healthcare settings. The contract has been awarded as a firm-fixed-price, sole source to Beckman Coulter, Inc., following the Simplified Acquisition Procedures due to a lack of additional interest from other parties. For further inquiries, interested parties can contact Michelle Sanders at michelle.e.sanders6.civ@health.mil or by phone at 210-952-8481.
    COVID 19 Tests
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response, is seeking procurement for COVID-19 tests. The opportunity involves the acquisition of in vitro diagnostic substances, reagents, test kits, and sets, with a focus on ensuring compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing the nation's testing capabilities in response to the ongoing pandemic. Interested vendors can reach out to Junli Collins at junli.collins@hhs.gov or Judy Williams at judy.williams2@hhs.gov for further details, as outlined in the attached justification document.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    LIMITED SOUCES JUSTIFICATION FOR ROCHE DIAGNOSTICS
    Buyer not available
    The Department of Defense, specifically the Naval Medical Center San Diego, is seeking to procure an automated clinical chemistry laboratory analyzer and associated supplies from Roche Diagnostics Corporation on a limited source basis. This procurement is essential to ensure uninterrupted patient care while transitioning to a new health information system, MHS Genesis, which requires the integration and validation of the new analyzer system. The estimated contract value is $749,000 for a six-month period, from January 10, 2023, to June 30, 2023, with the primary contact for inquiries being Dernell Wade at dernell.w.wade.civ@mail.mil or 702-881-8104.
    Radiopharmaceutical Pluvicto, Locametz, Lutathera and Netspot Injections
    Buyer not available
    The Defense Health Agency (DHA) is planning to award a sole source, firm fixed-price Blanket Purchase Agreement to Novartis Pharmaceuticals Corporation for the provision of radiopharmaceutical injections, specifically Pluvicto, Locametz, Lutathera, and Netspot, for use at the Nuclear Medicine Division of the Naval Medical Center San Diego and other Medical Treatment Facilities. These injections are critical for emergency treatments, and the contract will be executed under the NPC FSS Contract: 36F79720D0180, as Novartis is deemed the only source capable of fulfilling the government's requirements. The period of performance for this contract is set from January 5, 2026, to January 4, 2031, and while this notice does not solicit competitive proposals, interested vendors may submit capability statements by December 9, 2026, to contest the sole source determination. For further inquiries, vendors can contact CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil or Tracy Robinson at tracy.m.robinson18.civ@health.mil.
    GEM4000 Analyzer Repair
    Buyer not available
    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.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    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 (CPT) contract to supply two automated immunohematology blood-grouping analyzers for the Naval Medical Center Portsmouth (NMCP). The contract includes the provision of analyzers, reagents, quality control materials, maintenance services, and consumables necessary for the Transfusion Services Division, which plays a critical role in ensuring safe and timely blood transfusions for patients. The analyzers must meet specific testing capabilities, including ABO/Rh typing and antibody screening, and comply with FDA and other regulatory standards, with a delivery period set from January 1, 2026, to December 31, 2026. Interested vendors must submit their quotations via GSA eBuy by December 9, 2025, at 10:00 p.m. ET, and all inquiries should be directed to Matthew Teel at matthew.d.teel.civ@health.mil.