Sources Sought Notice- Hematology Reagents, for ACL TOP 550 CTS Analyzers Blood Coagulation WBAMC
ID: PANHCA25P0000007671Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)
Timeline
    Description

    The Department of Defense, through the Medical Readiness Contracting Office - West (MRCO-W), is conducting a Sources Sought Notice to identify potential sources capable of providing hematology testing reagents for the ACL TOP 550 CTS analyzers at the William Beaumont Army Medical Center in Fort Bliss, Texas. The procurement aims to establish a cost-per-reportable arrangement for the necessary reagents and associated services, emphasizing the importance of high-quality laboratory services for effective medical operations. Interested parties are encouraged to submit their capabilities, including organizational details and tailored capability statements, to the primary contact, Elizabeth Orloski, at elizabeth.a.orloski.civ@health.mil, by the specified deadline. This notice is for market research purposes only and does not constitute a commitment to award a contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The document introduces the ACL TOP Family 50 Series, a cohort of advanced hemostasis testing systems designed to enhance lab efficiency and accuracy. The series boasts standardized technology across models, which include the ACL TOP 750, 550, and 350 systems, suited for various lab capacities. Key features include high throughput capabilities, automated pre-analytical sample checks, and integrated quality management tools that facilitate regulatory compliance. Each model supports routine and specialty assays, with the ability to manage large sample volumes effectively. The technology emphasizes safety through closed-tube sampling and advanced reagent management, reducing errors associated with manual handling. Additionally, the systems promote automation in daily operations, minimizing user intervention and maintenance efforts. With a comprehensive portfolio of HemosIL assays optimized for laboratory efficiency, the ACL TOP Family supports crucial advancements in patient care while aiming to reduce healthcare costs. The document exemplifies a product offering that aligns with federal and local procurement initiatives focused on improving clinical laboratory operations and healthcare outcomes.
    The document outlines the technical specifications for the ACL TOP 550 CTS laboratory analyzer, which is designed for conducting clotting, chromogenic, and immunological assays. Key features include continuous sample and reagent loading, a high throughput capacity with up to 240 tests per hour for PT assays, and the ability to handle various sample types and predilution. The unit supports advanced functionalities such as STAT capability, configurable quality control programs, and an integrated security system with an audit trail for compliance. It accommodates 80 samples onboard and integrates a reagents barcode reader, ensuring accurate tracking of expiration dates and lot numbers. The analyzer's user interface is Windows 7-based, featuring an external dedicated PC and a 17-inch touchscreen monitor. The document serves as part of federal RFPs and grants, detailing specifications for potential bidders and demonstrating the need for advanced laboratory technology to enhance testing capabilities, reliability, and accuracy in diagnostic laboratories.
    The Sources Sought Notice PANHCA-25-P-0000 007671 outlines the requirements for a contractor to provide two leased fully automated hematology analyzer systems for the William Beaumont Army Medical Center (WBAMC) in Fort Bliss, TX. The contractor will be responsible for the system's maintenance, support, and reagents under a cost-per-reportable agreement. The performance period includes a base year from September 1, 2025, and four optional years extending to September 30, 2029. Key responsibilities outlined for the contractor include developing a Quality Control Plan, ensuring 24/7 operational support, delivering necessary reagents, conducting method validations in compliance with relevant guidelines, and providing training to laboratory personnel. The contractor is also tasked with maintaining equipment in optimal condition, ensuring all materials meet regulatory standards, and providing timely replacements during equipment failure. The document emphasizes adherence to safety and health standards, personnel security protocols, and the establishment of secure data systems for interfacing with military hospital systems. Overall, this initiative aims to enhance clinical laboratory capabilities while ensuring compliance and operational efficiency at WBAMC.
    The Statement of Work (SOW) outlines the requirements for a contractor to provide two fully automated hematology analyzer systems, including their maintenance and associated reagents, for the William Beaumont Army Medical Center at Fort Bliss, TX. The contract is structured over five years, starting October 1, 2025, with provisions for quality control and assurance plans, the handling of equipment maintenance, and the management of reagents and consumables. Key provisions include a requirement for the contractor to maintain equipment in optimal working conditions, ensure compliance with relevant safety and regulatory standards, and conduct method validations in line with established clinical guidelines. The document specifies responsibilities for both the contractor and government, including training for laboratory personnel, secure handling of sensitive information, and protocols for troubleshooting and emergency service response. Overall, this SOW emphasizes the need for high-quality, reliable laboratory services essential for the medical facility's operational integrity.
    Similar Opportunities
    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.
    6550--HEMOCHRON SIGNATURE ELITE REAGENTS BASE PLUS 4 OPTION YEARS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Hemochron Signature Elite Reagents, with a contract that includes a base year and four option years, extending from January 1, 2026, to December 31, 2030. The Southern Arizona VA Health Care System requires these reagents for quality control materials, supplies, and consumables compatible with existing Hemochron Signature Elite Instruments, all of which must be FDA-approved and delivered within specified timeframes. This procurement is critical for maintaining the efficiency and accuracy of patient testing at the Tucson facility. Interested vendors must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 9, 2025, and are encouraged to address any questions by November 28, 2025.
    6550--Triage Meterpro Reagents
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide QuidelOrtho Triage MeterPro Reagents for the New Mexico VA Healthcare System, through a Sources Sought Notice (RFI 36C26226Q0177). The procurement aims to acquire various medical diagnostic and drug testing supplies, including Triage Tox DS Panels, Controls, and BNP Test Kits, which are essential for accurate drug testing and patient care. Interested vendors are encouraged to submit their capabilities, pricing, and relevant business information by December 8, 2025, at 10:00 a.m. PST, to the Contract Specialist, Clift Domen, at Clift.Domen@va.gov.
    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.
    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.
    6640--Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 19, is seeking information from vendors capable of providing Polymerase Chain Reaction (PCR) Molecular Diagnostic Cost Per Test (CPT) services for the Fort Harrison VA Medical Center and Benjamin Steele VA Clinic in Montana. The procurement requires vendors to supply two analyzers that can perform specific molecular diagnostic tests, including respiratory pathogen panels and blood culture identification, while ensuring minimal hands-on time for medical technologists. This initiative is crucial for enhancing the accuracy and efficiency of molecular virology results in veteran healthcare. Interested parties must submit their capability statements, including business size status, to Contract Specialist Ernest Appiah via email by January 5, 2026, at 9 AM Mountain Time.
    6515--Special Notice 5-10 Dec 2025 Roche diagnostic supplies
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to negotiate a sole-source, firm-fixed-price contract with Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and Special Stain (SS) reagents necessary for diagnostic staining at the Overton Brooks VA Medical Center in Shreveport, LA. This procurement includes not only the reagents but also compatible instrumentation, installation, staff training, and ongoing technical support to ensure uninterrupted diagnostic capabilities over a base period plus four option years. The goods and services are critical for the Pathology and Laboratory Medicine Service, as Roche Diagnostic Corporation is the sole manufacturer of the required VENTANA instrumentation and reagents. Responses to this opportunity are due by December 10, 2025, at 10:00 AM CST, with all inquiries to be submitted by December 8, 2025, at 10:00 AM CST; interested parties may contact Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov or by phone at 832-352-2915 for further information.
    Blood Bank Analyzer and Reagents
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is awarding a sole source contract for a Blood Bank Analyzer and associated reagents to be utilized at the David Grant Medical Center located at Travis Air Force Base, California. This procurement is essential for medical laboratory testing, ensuring the facility has the necessary equipment to support blood bank operations. The contract will be managed by the 60th Contracting Squadron, with the primary contacts being Erika Scofield and Roberto Escobedo, who can be reached via email or phone for further inquiries. Interested parties should note that the justification for this sole source award is attached for review.
    RapidComm
    Buyer not available
    Sources Sought DEPT OF DEFENSE (DEPT OF THE ARMY) is seeking potential sources to provide upgrades and updates to the RapidComm system for continued data management services for Point of Care Testing (POCT) throughout Brooke Army Medical Center (BAMC). The system must have B2B with remote access for updates/upgrades/troubleshooting and possess software capable of operating in the Department of Defense (DoD) network environment. It must support Active Directory integration for username/password compliance and have the ability to manage patient results, quality control, certifications, devices, and device configurations. The system should be user-friendly with an easy-to-use interface and the ability to export data to various formats. It must also have quick view result exception, device alarms, connectivity, and verification of operator status. Additionally, it should be capable of interfacing with various POCT devices. The response due date for this Sources Sought Notice is 4:00 PM CST, 15 December 2023. For more information, contact YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil.
    Clement J. Zablocki VAMC Flow Cytometry Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the provision of 10-color Flow Cytometry instrumentation, along with ancillary sample and reagent preparation equipment, for the Clement J. Zablocki VA Medical Center located in Milwaukee, Wisconsin. The contract can be structured as a Cost per Patient Reportable Result (CPRR), Cost per Test (CPT), or a fixed monthly lease, emphasizing that it is not a capital purchase. This advanced instrumentation is crucial for performing Lymphocyte Subsets and Leukemia/Lymphoma Immunophenotyping, and it must include FDA-approved systems along with comprehensive support services such as training and preventative maintenance. Interested contractors should note that the award will be based on the lowest price technically acceptable offer, and they can contact Colby Pasholk at colby.pasholk@va.gov for further information. The contract will have a base period plus four option periods, extending until July 31, 2031.