Chemistry Testing - Cost Per Reportable Result
ID: W9114F-25-Q-A035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EUROPEAPO, AE, 09180-0402, 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's Medical Readiness Contracting Office-Europe, is seeking proposals for the provision of an automated chemistry analyzer and associated reagents to support the laboratory mission at the U.S. Army Health Clinic in Vicenza, Italy. The contract will operate under a Cost Per Reportable Result (CPRR) model, requiring the contractor to supply all necessary equipment, consumables, and maintenance for a five-year period, from July 1, 2025, to June 30, 2030. This procurement is critical for ensuring timely and efficient medical readiness services, with an estimated workload of 212,975 reportable results over the contract duration. Interested vendors must submit their proposals by July 15, 2025, and direct any inquiries to Elena Raspitha at elena.m.raspitha.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an autocertification form related to the anti-mafia communication in Italy, serving as a substitute declaration in compliance with Italian law (D.P.R. n. 445 del 28.12.2000). It addresses individuals representing a business who must declare, under penalty of perjury, that there are no disqualifications or suspensions as outlined in Article 67 of Legislative Decree No. 159/2011. The declarant is informed about the legal implications of false statements and the processing of personal data as per Legislative Decree No. 196/2003. The form requires personal identification details of the declarant, their role within the company, and the company's identity and location. This document is pertinent in the context of government RFPs, federal and state grants, as it aims to ensure that only eligible and compliant entities participate in public funding opportunities, thus promoting transparency and integrity in governmental processes. The structure includes declaration sections and identifiable fields for relevant data.
    The document details the requirements for a federal contract to supply an automated clinical chemistry analyzer and associated reagents for the Vicenza Army Health Clinic in Italy. The contractor must provide all equipment, reagents, and maintenance under a Cost Per Reportable Result (CPRR) model, covering a period from June 30, 2025, to May 31, 2030. The analyzer must comply with FDA standards, facilitate various chemistry tests, and maintain accurate performance across diverse workload scenarios. Additionally, the contractor is responsible for training staff on the equipment, ensuring regular maintenance, and adhering to robust cybersecurity measures in line with the Risk Management Framework (RMF) for Department of Defense IT. Requirements also encompass compliance with HIPAA and the Privacy Act regarding personally identifiable and protected health information. The contractor must also deliver timely emergency orders and provide extensive quality control materials. This structured document outlines a comprehensive request for proposals (RFP), emphasizing the importance of quality, safety, operational efficiency, and regulatory compliance in delivering medical testing solutions to military medical facilities.
    This document outlines the contract requirements for the provision of an automated clinical chemistry analyzer and associated reagents for the Vicenza Army Health Clinic in Italy. The contractor is responsible for supplying all necessary equipment, consumables, and maintenance under a Cost Per Reportable Result model for a five-year period. All products must meet FDA approval, and the analyzer should accommodate various types of specimen tubes while providing rapid, reliable results across a comprehensive range of tests. The contract mandates regular training for operators and also outlines stringent service and maintenance responsibilities. Additional provisions include adherence to security requirements under the Risk Management Framework for DoD IT, compliance with privacy regulations regarding Personally Identifiable Information (PII) and Protected Health Information (PHI), and procedures for responding to potential data breaches. The document emphasizes quality management, proper reagent usage, and accountability to ensure optimal functionality and regulatory compliance throughout the contract duration.
    The document outlines the contract requirements for providing an automated clinical chemistry analyzer and reagents for the Vicenza Army Health Clinic in Italy. The contractor is tasked with delivering a fully automated analyzer capable of conducting various chemistry and immunology tests, along with all necessary consumables and maintenance under a cost-per-reportable-result model. The contract spans from July 1, 2025, to June 30, 2030, and stipulates that all supplies must meet FDA approval standards. Key requirements for the analyzer include rapid and reliable testing capabilities, a single point of specimen entry, compatibility with specific laboratory sample tubes, and an uninterrupted power supply. The contractor must ensure proper training for laboratory personnel, provide method verification, and maintain quality control throughout the contract period. Additionally, the document emphasizes the importance of compliance with cybersecurity, privacy laws, and record-keeping regulations, including handling Personally Identifiable Information (PII) and Protected Health Information (PHI). Emergency response times and detailed maintenance protocols are established to ensure operational efficiency and service continuity. This comprehensive approach demonstrates a commitment to quality healthcare services at the facility while maintaining regulatory compliance and security.
    The projected implementation plan outlines a timeline for a contract related to patient testing instruments. The process begins with the contract award on July 1, 2025, followed by an order for instruments and site walkthroughs scheduled within ten business days. Instrument delivery is expected by July 31, 2025, with verification completed between August 1 and August 15 of the same year. The implementation aims to launch patient testing by August 30, 2025. All dates listed are maximum deadlines, allowing for earlier completion. This plan is part of a government Request for Proposals (RFP) focused on improving patient testing infrastructure, ensuring the timely delivery and operational readiness of essential healthcare tools.
    The projected implementation plan outlines the timeline and key actions for a project related to patient testing. Contract awards are anticipated by June 30, 2025, followed by the procurement of instruments and site walkthroughs within the first ten business days. Instrument delivery is scheduled for July 31, 2025, with verification completed between August 1 and August 15, 2025. The project aims to officially start patient testing by August 30, 2025. Importantly, these dates serve as no-later-than deadlines, allowing for the possibility of earlier completion of milestones. This plan reflects the structured approach typical in government RFPs, ensuring that stakeholders are aligned on timelines, actions, and responsibilities, fundamental for effective project execution in line with federal and state/local requirements.
    The document outlines a Projected Implementation Plan related to a federal contract aimed at initiating patient testing. Key milestones are scheduled to occur between July and September 2025. Following the contract award on July 1, 2025, the first ten business days will involve ordering necessary instruments and coordinating site walkthroughs. Instrument delivery is planned for July 31, 2025, with verification of these instruments to be completed between August 1-15, 2025. The project is set to officially commence patient testing by September 1, 2025. It is noted that all specified dates are maximum timelines, allowing for earlier completion of milestones if achievable. This plan reflects a structured approach to ensure timely readiness for patient testing, adhering to federal requirements and milestones within government RFP contexts.
    The document outlines the estimated annual clinical chemistry test workload for Vicenza, detailing specific tests and their corresponding workload counts. Key tests include Alanine Amino Transferase (1,950), Albumin (1,960), and Glucose (2,300), among others. The total estimated workload across all tests amounts to 42,595. The structure is straightforward, providing a list of tests with numerical values that represent the expected demand for each. This analysis appears to play a role in the context of federal grants and RFPs, likely related to healthcare services management and budgeting. By quantifying test demands, the document supports potential funding requests and resource allocation for clinical laboratory services, ensuring adequate supply and capacity to meet healthcare needs.
    The document is a Q&A related to Request for Quotation W9114F-25-Q-A035 concerning medical testing and analyzer procurement. Key points include clarification on the number of tests for each analyte and the specifics of the bilirubin test, confirming it measures total and neonatal direct bilirubin. The term "connections" is defined as wiring between the analyzer and its components, while the acceptance of two quality control levels and technical support in Italian is confirmed. An extension for submission deadlines was granted, moving from May 28, 2025, to June 12, 2025. Additionally, while requests to extend instrument delivery by 90 days were declined due to contract expiration, the delivery date was modified to July 31. The document emphasizes clear communication and flexibility in procurement procedures within the context of federal RFP requirements, reflecting the government's commitment to efficient processing and addressing vendor concerns.
    The document is a solicitation for a contract issued by the U.S. Army Health Clinic in Vicenza, Italy, pertaining to the provision of a Chemistry Analyzer system. The contract seeks testing capabilities, including installation, maintenance, and supply of necessary reagents and consumables. It specifies a firm fixed-price pricing arrangement based on the cost per reportable result, along with delivery from June 1, 2025, to June 30, 2030. The contractor must comply with various clauses related to government contracting, including those for payment processing, anti-terrorism measures, and unique item identification requirements. The document also outlines obligations regarding notifications, electronic payment systems, and specific equipment and documentation standards that must be met upon delivery. The overall purpose emphasizes enhancing medical readiness for the Army by ensuring compliant and efficient laboratory services through government contracting protocols.
    The document outlines a solicitation for a contract to provide a chemistry analyzer system for the U.S. Army Health Clinic in Vicenza, Italy. It details the requirements for testing capabilities, including installation, maintenance, and necessary reagents. The contract falls under the North American Industry Classification System (NAICS) code 325413, and the pricing model is firm fixed price with an estimated quantity of 212,975 reportable results. The delivery period spans from July 1, 2025, to June 30, 2030. Key clauses related to item unique identification, antiterrorism measures for contractors operating outside the U.S., and electronic payment instructions via the Wide Area Workflow (WAWF) system are incorporated to ensure compliance and effective management. The solicitation emphasizes the importance of adhering to federal acquisition regulations and specifies conditions for subcontracting and pricing arrangements. Overall, the document reflects the government’s commitment to supporting military health services through strategic procurement.
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract related to the provision of commercial products and services, specifically for a chemistry analyzer system for the U.S. Army Health Clinic in Vicenza, Italy. The contractor is expected to supply testing capabilities, which include installation, maintenance, and necessary consumables with a total estimated quantity of 212,975 reportable results. The contract's performance period runs from July 1, 2025, to June 30, 2030. The document outlines various regulatory clauses applicable to the contract, including those pertaining to item identification, antiterrorism measures for contractors working overseas, and payment instructions via the Wide Area Workflow (WAWF) system. It also emphasizes compliance with federal regulations and the importance of unique item identification for delivered items costing over $5,000. The procurement process ensures adherence to legal and operational standards while promoting management of risks inherent to government contracts, reaffirming the commitment to supporting small and disadvantaged businesses in federal acquisitions.
    The document outlines an amendment related to a federal solicitation to increase the annual estimated quantity of Clinical Chemistry Support services and update associated contract details. Key changes include raising the quantity for the ordering period to 212,975 units, extending the delivery period from July 1, 2025, to June 30, 2030, and changing the tentative contract award date to July 1, 2025. Additionally, the amendment introduces new exhibits including a detailed breakdown of estimated annual workloads for blood chemistry tests and updates various contract documentation. It emphasizes the necessity for contractors to acknowledge the amendment to avoid rejection of their offers. This amendment is crucial for ensuring the timely and effective delivery of medical readiness services in compliance with federal requirements, reflecting the structured process of government procurement.
    The document outlines an amendment to a solicitation under federal contracting procedures, specifically referencing solicitation number W9114F25QA035. It extends the original response deadline from May 28, 2025, to June 12, 2025, at 17:00 CET, and provides updates including the posting of questions and answers as well as modifications to exhibit documents. Key changes are summarized, including updates to the Projected Implementation Plan and the addition of new attachments related to the solicitation. Emphasis is placed on the necessity for contractors to acknowledge receipt of the amendment to ensure the validity of their offers. Overall, the amendment maintains existing terms while ensuring that updated information is clearly communicated to potential respondents, reflecting standard federal government contracting practices designed to enhance clarity and compliance in the solicitation process.
    Lifecycle
    Similar Opportunities
    6640--Sources Sought: Chemistry Cost Per Reportable Result (CPRR) and Automation System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the Network Contracting Office 8 (NCO 8), is seeking qualified sources for a Chemistry Cost Per Reportable Result (CPRR) and Automation System to be utilized at the Bay Pines VA Healthcare System and the Lee County VA Healthcare Center in Florida. The procurement aims to acquire analyzers, software, reagents, consumables, and training necessary for a comprehensive laboratory automation system that meets specific technical specifications and integrates with existing equipment. This system is crucial for enhancing laboratory efficiency and ensuring compliance with regulatory standards, emphasizing performance metrics such as uptime guarantees and technical support. Interested parties must submit their responses, including company details and qualifications, to Moneque Rodriguez at moneque.rodriguez@va.gov by 3:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not obligate the government to award a contract.
    The Medical Readiness Contracting Office West (MRCO -W) is issuing this Sources Sought for a cost-per-reportable-result agreement to conduct hematology testing for the CBC, Reticulocyte counts, and Body Fluid Count in support of the BAMC.
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West (MRCO-W), is seeking sources for a cost-per-reportable-result agreement to conduct hematology testing, including CBC, Reticulocyte counts, and Body Fluid Counts, in support of the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to provide fully automated hematology analyzers and associated reagents, consumables, and quality control materials to meet the laboratory's operational needs, with an annual testing volume of approximately 194,981 tests across various locations. This opportunity is critical for maintaining the laboratory's capacity to deliver timely and accurate hematological analyses, ensuring high-quality patient care. Interested vendors must submit their responses by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    6550--FY26: Automated Flow Cytometry CPT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Orlando Veterans Affairs Medical Center (OVAMC), is seeking to procure an Automated Flow Cytometry System through a Cost Per Reportable Result (CPRR) Agreement. This system is essential for conducting in vitro diagnostic tests, which play a critical role in patient care and laboratory analysis. The presolicitation notice indicates that responses are due by January 9, 2026, at 13:00 Eastern Time, and interested parties should direct inquiries to Contracting Officer Benjamin Amato at benjamin.amato@va.gov or by phone at 407-646-4005.
    Chemistry Analyzers for Naval Hospital Yokosuka
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure five chemistry analyzers for the Naval Hospital Yokosuka in Japan. The analyzers must meet specific technical requirements, including a Laboratory Information System with bidirectional interface capabilities, the ability to process various sample types, and features for critical value notifications, among others. These analyzers are crucial for efficient laboratory operations, enabling the hospital to manage a high volume of samples—up to 100,000 annually—while ensuring timely and accurate diagnostics. Interested vendors can reach out to Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeffrey Collins at JEFFREY.P.COLLINS20.CIV@HEALTH.MIL for further details.
    6640 - Beckman Coulter AU5800 series clinical chemistry analyzers consumable supplies
    Dept Of Defense
    The Department of Defense, specifically the Navy's Fleet Logistics Center Norfolk, is seeking information from qualified sources capable of providing consumable supplies for Beckman Coulter AU5800 series clinical chemistry analyzers. This request for information (RFI) aims to identify potential suppliers who can furnish new supplies, as detailed in the attached list, and emphasizes that only items with specified part numbers will be accepted, with no substitutes allowed. These supplies are critical for laboratory operations across various military drug testing laboratories located in Illinois, Florida, Maryland, Hawaii, and Texas. Interested vendors must submit their capability statements, including company information and Small Business status, via email to Jorge Candela at jorge.e.candelabocanegra.civ@us.navy.mil by 4:00 PM Eastern Time on December 22, 2025. This RFI is for market research purposes only and does not constitute a solicitation for proposals.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    Coagulation Analyzers for Naval Hospital Yokosuka and Branch Clinic Iwakuni
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure three coagulation analyzers and associated reagents for the Naval Hospital Yokosuka and Branch Clinic Iwakuni in Japan. The analyzers must meet specific technical requirements, including Laboratory Information System connectivity, a Windows 11 user interface, and the capability to perform various coagulation tests, while adhering to size and power limitations due to laboratory constraints. These analyzers are critical for ensuring timely and accurate diagnostic capabilities in a military healthcare setting. Interested vendors should contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details, with a delivery, installation, and validation deadline set for July 1, 2023.
    LIMITED SOUCES JUSTIFICATION FOR ROCHE DIAGNOSTICS
    Dept Of Defense
    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.
    Beckman Coulter Hematology Analyzers and Reagents for Naval Hospitals Yokosuka and Okinawa
    Dept Of Defense
    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.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Automated Chemistry and Immunochemistry Instrumentation services across multiple IHS facilities in North and South Dakota. The contract aims to deliver Cost Per Reportable Result (CPRR) for laboratory analyzers, including comprehensive maintenance and support, with a performance period starting from January 1, 2026, and extending through December 31, 2030, including four one-year options. This procurement is critical for enhancing laboratory capabilities and ensuring quality healthcare services for the communities served by IHS. Interested contractors must submit their proposals by December 2, 2025, at 12:00 pm CT, and direct any inquiries to Mona Weinman at mone.weinman@ihs.gov or by phone at 605-945-5427.