Notice of Intent to Sole Source - Blood Analyzers
Type: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

ANALYSIS INSTRUMENTS, MEDICAL LABORATORY USE (6632)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:30 PM UTC
Description

The Defense Health Agency (DHA) intends to award a sole source contract to Abbott Laboratories, Inc. for the provision of blood analyzers, including reagents, maintenance, consumables, and 21 analyzers for point-of-care testing at the Naval Medical Center in Portsmouth, Virginia. This procurement is justified under the sole source acquisition authority due to Abbott's exclusive rights to produce and maintain the iSTAT system, which is essential for conducting kaolin activated clotting time and cardiac troponin I testing. The contract period is set from September 1, 2025, to August 31, 2026, with four additional option years, and interested vendors must submit capability statements by April 15, 2025, at 4:30 PM EST to Joshua Grim at joshua.m.grim.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 1:05 PM UTC
The Defense Health Agency (DHA) plans to award a sole source contract to Abbott Laboratories, Inc. for the provision of reagents, maintenance, consumables, and 21 analyzers for point-of-care testing at Naval Medical Center Portsmouth, VA. The contract, covering the period from September 1, 2025, to August 31, 2026, plus four option years, is justified under the sole source (brand name) acquisition authority due to Abbott's exclusive rights to produce and maintain the iSTAT system. No other vendors can provide the necessary products for kaolin activated clotting time and cardiac troponin I testing, nor do they have the means to expand the existing system. Capability statements from interested vendors must demonstrate their ability to fulfill these requirements and are due by April 15, 2025, at 4:30 PM EST. Submissions should be sent via email to the specified address and labeled appropriately. This notice serves to assess the possibility of a competitive procurement or to proceed directly with Abbott, indicating the government's discretion in the procurement process.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
Coagulation Analyzer Preventative Maintenance
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for preventative maintenance services for coagulation analyzers at the U.S. Medical Military Treatment Facility in Yokota, Japan. The contract will be awarded to Instrumentation Laboratory Japan Co., LTD., which is uniquely qualified to provide these essential services, including on-site maintenance, labor, travel, and calibration expenses, in accordance with the manufacturer's instructions. This contract is critical for ensuring the operational readiness of medical equipment vital to military health facilities, with a performance period from May 1, 2025, to April 30, 2030. Interested vendors may submit capability statements to Marcela Cervantes at marcela.cervantes.civ@health.mil by 10:00 PDT on April 14, 2025, to demonstrate their ability to meet the requirements.
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
Notice of Intent to Sole Source: Preventive Maintenance for Grifols Procleix Panther System at U.S. Naval Hospital Okinawa
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Grifols Diagnostic Solutions Inc. for preventive maintenance services of the Procleix Panther Nucleic Acid Test system at the United States Naval Hospital Okinawa, Japan. The contract will encompass comprehensive preventive maintenance, inspection, calibration, and system upgrades to ensure the equipment meets all manufacturer specifications and regulatory requirements, with services performed by authorized personnel due to the proprietary nature of the system. This specialized equipment is crucial for high-throughput blood and plasma screening, supporting public health initiatives in the Indo-Pacific region. Interested parties may submit capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:30 AM Pacific Daylight Time on April 16, 2025, as this opportunity is not open for competitive proposals.
Skalar Equipment Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.mil.
Notice of Intent to sole source for the Chemiluminescent immunoassay (CLIA) kits compatible with the government’s current CLIA instrumentation for the Brooke Army Medical Center (BAMC).
Buyer not available
The Department of Defense, specifically the US Army Medical Command, intends to establish a sole-source contract with Diasorin, Inc. for the procurement of Chemiluminescent immunoassay (CLIA) kits compatible with the existing CLIA instrumentation at the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. This contract aims to secure a cost-per-kit agreement that includes essential reagents, consumables, and controls necessary for conducting a range of infectious disease tests, thereby enhancing diagnostic efficiency and improving patient care through quicker and more accurate results. The total contract value is projected at $5,640,183.50 over a base year and four option years, with the contract initiation planned for October 1, 2025, pending funding availability. Interested parties can reach out to Medina L. Woodson at medina.l.woodson.civ@health.mil or by phone at 210-539-8525 for further inquiries.
Notice of Intent to Sole Source - AB SCIEX Instrument Maintenance
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to procure sole-source maintenance and repair services for AB SCIEX laboratory equipment utilized by the Defense Centers for Public Health – Aberdeen. The objective of this procurement is to ensure the operational integrity of equipment critical for environmental health assessments and medical surveillance, which play a vital role in safeguarding military personnel by analyzing pollutants in water sources. Interested organizations are required to submit a capabilities statement demonstrating relevant experience and technical skills, with the contract expected to be a Firm Fixed Price agreement under NAICS code 811210. For further inquiries, interested parties may contact Benjamin Marcus at Benjamin.t.marcus2.civ@health.mil or Jesse Nisley at jesse.d.nisley.civ@health.mil.
6640--NOTICE OF INTENT TO SOLE SOURCE LAB - ROUTINE URINALYSIS CPRR to BECKMAN COULTER, INC.
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract to Beckman Coulter, Inc. for routine urinalysis testing under solicitation number 36C24225Q0523. This procurement will establish a Firm-Fixed-Price, five-year Blanket Purchase Agreement (BPA) focused on cost per reportable result (CPRR) for multiple VA facilities in New York. The decision to sole source this contract is justified under the Federal Acquisition Regulation (FAR), which allows for such actions when only one source is deemed reasonably available. Interested parties should note that this notice is for informational purposes only, with responses due by 15:00 EST on April 18, 2025; no proposals will be solicited. For further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or by phone at 914-737-4400 x202107.
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.