BPA Call for Pathology Testing Services for Bassett Army Community Hospital, Fort Wainwright, Alaska
ID: W81K0225FA039Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Medical Readiness Contracting Office-Pacific, is seeking to award a Blanket Purchase Agreement (BPA) Call for pathology testing services at Bassett Army Community Hospital located in Fort Wainwright, Alaska. The procurement aims to secure firm-fixed price pathology testing services, with an estimated funding amount of $72,127.00, specifically under BPA W81K0224A0001, to be awarded to Pathology Consultants Inc. This service is crucial for maintaining the hospital's medical readiness and ensuring timely diagnostic capabilities. Interested vendors who believe they can meet the requirements are encouraged to submit supporting documentation to the primary contact, Tina Koike, at tina.w.koike.civ@health.mil, as this presolicitation notice is not a request for proposals and no solicitation will be issued.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Genetic Testing Services for Tripler Army Medical Center, HI
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - Pacific, is seeking qualified contractors to provide genetic testing services for the Tripler Army Medical Center in Hawaii. This procurement aims to establish a Blanket Purchase Agreement (BPA) for these services, which are critical for supporting the healthcare needs of military personnel and their families. The BPA will have a total not-to-exceed value of $500,000 and a performance period from September 8, 2025, to September 7, 2030, with quotes due by May 6, 2025, at 10:00 AM HST. Interested parties should contact Ms. Deborah Wada at deborah.n.wada.civ@health.mil or call 808-433-9520 for further details.
Solicitation W81K00-25-Q-A019 for a Cost-Per-Test (CPT) Agreement to conduct testing for four (4) pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at BAMC.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Cost-Per-Test (CPT) Agreement to conduct testing for four pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. Offerors are required to provide equipment, reagents, consumables, maintenance services, and telephonic support, ensuring compliance with cybersecurity and Risk Management Framework (RMF) requirements as outlined by the Defense Health Agency (DHA). This procurement is crucial for enhancing diagnostic capabilities and public health initiatives within military healthcare settings. Proposals are due by April 17, 2025, at 1:00 PM Central Standard Time, and interested parties should direct inquiries to Medina L. Woodson or Salameya Paulouskaya via the provided email addresses.
Medical Testing BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for medical testing services at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement aims to provide comprehensive occupational health exams for reservist and civilian firefighters, including new hire physicals and associated laboratory tests, in compliance with federal health regulations and Air Force standards. This initiative is crucial for maintaining the health and safety of approximately 1,200 personnel, ensuring they meet required medical and occupational standards. Interested contractors must submit their quotations by 10:00 a.m. EST on April 14, 2025, to the primary contact, Ashley A. Senich, at ashley.senich@us.af.mil, or by mail to the specified address.
Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
Q504--NEW | Dermatopathology Consultative Services | 5-Year Blanket Purchase Agreement
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Dermatopathology Consultative Services under a 5-Year Blanket Purchase Agreement for the VA Salt Lake City Health Care System. The selected contractor will be responsible for evaluating stained and unstained dermatopathology slides sent by the Pathology & Laboratory Medicine Service, particularly for cases requiring expert consultations on potential pathologies such as cancer. This procurement is critical for enhancing patient care within the VA healthcare system, with services expected to commence on June 1, 2025, and continue through May 31, 2030. Interested parties should prepare for the solicitation, anticipated to be posted on April 11, 2025, and may contact Contract Specialist Phoebe Farmer at Phoebe.Farmer@va.gov or by phone at 405-456-3021 for further information.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
CMHS - Roche Chemistry Analyzer Tests BPA Notice of Intent
Buyer not available
The Department of Defense, specifically the United States Air Force Academy, intends to award a Firm-Fixed Price single source contract to Roche Diagnostics Corporation for the provision of blood tests and reagents for a Chemistry Analyzer. This procurement is aimed at establishing a Blanket Purchase Agreement that will support the 10th Medical Group at USAFA, the 21st Medical Group at Peterson Space Force Base, and Evans Army Community Hospital, ensuring the availability of essential medical testing services. The Roche analyzers must meet specific operational capabilities, including automated testing processes and compliance with accreditation standards, to maintain the quality of care for Tricare beneficiaries. Interested vendors should direct inquiries to Kenneth Robert Jackson at kenneth.jackson.30@us.af.mil by April 17, 2025, at 1400 MDT, as this notice does not constitute a solicitation for bids or proposals.
Microbial Testing Supplies - Bridge Contract
Buyer not available
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.
Sources Sought Notice- Reagents for Chemisty Immunoassays Test
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - West (MRCO-W), is seeking sources for a contract involving the supply of reagents for chemistry and immunoassay testing, along with the lease of two chemistry analyzers and two immunoassay analyzers. The procurement aims to enhance diagnostic capabilities at the William Beaumont Army Medical Center (WBAMC) by providing a customizable laboratory track line, which includes essential modules such as centrifuges, cappers, and a deionized water unit, ensuring reliable and efficient patient care. Interested vendors must submit tailored capability statements and relevant documentation by April 17, 2025, at 10 AM (MST) to the designated contacts, Fabiola Palma-Trujillo and Robyn Villafranco, via email. This opportunity is part of the government's market research and does not constitute a commitment to contract.
Brand Name or Equal Ortho Diagnostics Blood Bank and Quality Control Supplies, IHS, Hopi Health Care Center, 5-Year BPA
Buyer not available
The Indian Health Service (IHS) is soliciting proposals for a Five-Year Blanket Purchase Agreement (BPA) for Brand Name or Equal Ortho Diagnostics Blood Bank and Quality Control Supplies, specifically for the Hopi Health Care Center located in Polacca, Arizona. The procurement aims to secure essential diagnostic supplies that support healthcare services, ensuring compliance with federal regulations and quality standards. Interested vendors must submit their proposals electronically by April 25, 2025, with all pricing details for the Contract Line Items (CLINs) included, and are required to register in the System for Award Management (SAM). For further inquiries, contact Donovan Conley at Donovan.Conley@ihs.gov or by phone at 602-364-5174.