Notice of Intent to Sole Source - chemiluminescent-based testing reagents compatible with the Abbott Alinity Instrumentation
ID: W81K00-24-P-0154Type: Special Notice
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to procure chemiluminescent microparticle immunoassay (CMIA) reagent kits compatible with the Abbott Alinity Instrumentation for the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. This procurement aims to establish a cost-per-test arrangement for reagents necessary for conducting tests that detect traumatic brain injury markers, which are critical for timely treatment decisions and improved outcomes for service members and civilians. Abbott Laboratories has been identified as the sole supplier capable of meeting the FDA regulatory requirements and operational needs of the Department of Defense's only Level 1 trauma center, with a total contract value of $491,206.52 for the base year and four option years. Interested parties can contact Medina L. Woodson at medina.l.woodson.civ@health.mil or by phone at 210-539-8525 for further details.

    Point(s) of Contact
    Medina L. Woodson
    (210) 539-8525
    (210) 221-3446
    medina.l.woodson.civ@health.mil
    Files
    Title
    Posted
    The document details a Sole Source Justification and Approval for a contract with Abbott Laboratories to provide human serum/plasma testing services at the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement focuses on establishing a cost-per-test (CPT) arrangement for the necessary reagents and consumables, crucial for performing chemiluminescent microparticle immunoassay (CMIA) tests to detect traumatic brain injury markers (GFAP and UCH-L1). The total contract value is $491,206.52 for the base year and four option years, with cost escalation due to inflation considered. Abbott Laboratories is identified as the sole supplier capable of meeting the FDA regulatory requirements and the operational needs for the Department of Defense's only Level 1 trauma center. This testing capability will enable BAMC to be a pioneer in improved TBI diagnostics, providing a rapid test that leads to timely treatment decisions and better outcomes for service members and civilians. The document also outlines steps taken to ensure competition in future contracts beyond the current arrangements and provides a thorough market analysis affirming Abbott's unique position in supplying these vital tests.
    Similar Opportunities
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    Q301--Abbott I-Stat Cost Per Test for Creatinine and Troponin Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a Firm-Fixed priced contract to Abbott Laboratories, Inc. for the procurement of services related to creatinine and troponin testing at the VA North Texas Health Care System. This contract will cover the cost per test reagent agreement, including the supply of i-STAT instruments, associated services, and necessary supplies, with the stipulation that only Abbott's trained technicians will perform the required services due to the proprietary nature of the equipment. The arrangement is crucial for maintaining operational integrity and ensuring timely patient care, as switching suppliers would not be cost-effective and could disrupt laboratory services at the Dallas VA Medical Center. For further inquiries, interested parties can contact Contract Specialist Joshua Weisman at joshua.weisman@va.gov or (432) 213-7094.
    CHEMISTRY AND IMMUNOASSAY TESTING PROGRAM
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is planning to issue a sole source award contract to Roche Diagnostics Corporation for the Chemistry and Immunoassay Testing Program. This program is intended to sustain the use of three Chemistry and Immunochemistry Systems under a Cost Per Reportable Result (CPRR) agreement or Cost Per Reagent Pack. The program includes equipment, reagents, tools, materials, training, and a water purification system, Uninterruptible Power Supply (UPS), and services necessary to meet the Chemistry and Immunochemistry testing and analysis requirements for Walter Reed National Military Medical Center (WRNMMC) laboratories. The anticipated period of performance is five years.
    Chemistry and Immunochemistry
    Active
    Veterans Affairs, Department Of
    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking Chemistry and Immunochemistry services. This procurement is typically used for analytical laboratory testing and research. The contract will be awarded to ABBOTT LABORATORIES on October 1, 2024, and will be in effect until September 30, 2029. The place of performance is Montgomery, Alabama, United States. The contract is a firm-fixed price sole source requirement. For more information, please contact Derrell D Calhoun at Derrell.Calhoun@va.gov or 4782721210.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    BIOMERIEUX REAGENTS AND BLOOD CULTURE BOTTLES
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking suppliers for laboratory reagents and blood culture bottles necessary for blood testing at the U.S. Navy Hospital in Naples, Italy. The procurement aims to acquire consumable supplies compatible with the Government-owned VITEK@2 Compact and BacT/ALERT@ 3D equipment utilized by the laboratory department. These supplies are critical for ensuring accurate and timely blood testing, which is essential for patient care and medical diagnostics. Interested vendors can reach out to Luca Buonocunto at the provided email or telephone number for further details regarding the solicitation process.
    Medical Reagents for USNH Okinawa
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support Pacific is conducting a sources sought announcement to identify local sources capable of providing medical laboratory reagents for the United States Naval Hospital (USNH) in Okinawa, Japan. The procurement involves the delivery of CLASS VIII medical laboratory reagents, including Ortho reagents and consumables compatible with VITROS 5600 Analyzers, along with necessary training and maintenance services for the equipment. This opportunity is critical for ensuring the availability of essential medical supplies and maintaining compliance with healthcare standards in a military setting. Interested parties must submit their qualifications and relevant information by September 30, 2024, to the primary contacts, Bradley Ah Nee and Arlene Renner, via email at bradley.ahnee@dla.mil and arlene.renner@dla.mil, respectively. The estimated contract value is under $5.4 million, covering a base period of 12 months with two optional periods.
    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.
    Hematology System Cost Per Reportable
    Active
    Dept Of Defense
    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.
    Microbiology Supplies and Reagents at U.S. Naval Hospital Guam
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide microbiology supplies and reagents for the U.S. Naval Hospital in Guam. The procurement includes essential quality controls and reagents necessary for laboratory testing operations, with a delivery period from October 1, 2024, to September 30, 2025, and options for four additional years. This acquisition is critical for maintaining public health and ensuring reliable access to diagnostic tools within the military healthcare system. Interested contractors must submit their quotes electronically by 9:00 AM PDT on September 19, 2024, and can direct inquiries to Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil.