Scott AFB Hematology Analyzer Lease
ID: HT940724Q00010Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LEASE OR RENTAL OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (W066)
Timeline
    Description

    The Defense Health Agency (DHA) is soliciting quotes for the lease of a fully automated hematology analyzer at Scott Air Force Base, Illinois, with a contract period from October 1, 2024, to September 30, 2025, and options for two additional years. The procurement aims to provide the 375th Medical Group with a hematology analyzer capable of performing complete blood counts (CBC) and reticulocyte counts, along with an Uninterrupted Power Source (UPS) to ensure continuous operation. This equipment is crucial for delivering high-quality laboratory testing services to military personnel, supporting effective health services within the Department of Defense. Interested vendors must submit their quotes electronically by September 23, 2024, and can direct inquiries to Christopher Comish at christopher.j.comish.civ@health.mil or by phone at 210-952-8620.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement for the Hematology Analyzer Lease issued by the 375th Medical Group at Scott AFB, IL, outlines requirements for leasing a fully automated hematology analyzer for a base period from October 1, 2024, to September 30, 2025, with options for up to three additional years. The analyzer must perform a comprehensive blood count (CBC) with differentiation and reticulocyte counts and comply with FDA regulations for clinical laboratory testing. Key specifications include advanced flow cytometry technology, stringent quality control measures, compatibility with DoD cybersecurity standards, and a bi-directional interface with the MHS Genesis electronic health record system. The contractor is responsible for preventive and emergency maintenance, including necessary repairs within 24 hours. Training for 375 MDG staff members and scheduled reagent supplies are also mandatory. Additionally, the document details security requirements for contractor personnel, including background checks and identification protocols, as well as adherence to HIPAA regulations for handling protected health information. This work statement emphasizes the importance of compliance with specific health, safety, and operational standards while facilitating high-quality laboratory testing services at the military medical facility.
    The document titled "Attachment 2 to Performance Work Statement for Hematology Analyzer" outlines the requirements and specifications for acquiring a hematology analyzer for federal use. The main objective is to ensure that the devices meet clinical performance standards to facilitate accurate blood analysis in healthcare settings. Key components include the essential features and functionalities of the analyzer, such as operational software capabilities, quality assurance processes, and maintenance support. The Proposal evaluation criteria focus on the technical capabilities of the equipment, vendor experience, and cost-effectiveness. Additionally, the attachment emphasizes compliance with federal regulations and standards, ensuring that the devices are proficient for use in various clinical environments. The performance work statement provides an overview of the importance of reliable hematology analyzers in supporting patient diagnostics and treatment decisions. It underscores the necessity for the vendors to demonstrate their ability to meet these comprehensive requirements. This document is a critical element of the procurement process, guiding decision-making for purchasing the appropriate technology within the context of federal medical services.
    The government document outlines a Request for Proposal (RFP) for leasing hematology analyzers at Scott Air Force Base, with a base contract plus two option years for extended service. The primary focus is on the provision of complete lease arrangements, including all necessary reagents, controls, and calibration materials, with vendor-performed calibration service during business hours. The initial period of performance is set from October 1, 2024, to September 30, 2025, with options for extending the lease through September 30, 2026, and September 30, 2027. The company retains ownership of the equipment throughout the agreement's duration, as specified in the Hematology Analyzer Performance Work Statement (PWS) dated September 2024. This initiative emphasizes support for the medical capabilities at the 375th Medical Group (MDG) and aligns with the relevant federal procurement codes and standards. The document also references the North American Industry Classification System (NAICS) and Product Service Code (PSC) designations for tracking and compliance purposes.
    The document outlines the provisions and clauses for Request for Quotes (RFQ) HT940724Q0010 related to the lease of a Hematology Analyzer at Scott AFB, Illinois. It specifies that only electronic submissions are acceptable, to be sent by email to designated contacts. Quotes must include a signed cover letter, certifications, technical documentation demonstrating understanding of the Statement of Work, and a completed pricing attachment. Evaluation will prioritize technical acceptability over price, with an established process to assess responsiveness and compliance with requirements. Key provisions include adherence to federal guidelines, necessary certifications regarding telecommunications services, and compliance with labor standards. Additionally, funds for the contract are subjected to appropriations, implying that no obligation arises until funds are confirmed available. Attachments referenced in the RFQ include performance statements and pricing forms, and terms related to contract continuity, labor standards, and contractor access to Air Force installations are also detailed. This structure aligns with governmental procurement protocols aimed at ensuring quality and compliance in acquisitions.
    The HT940724Q0002 document serves as a Question Submission Form associated with a federal Request for Proposals (RFP). It is designed to facilitate clarity and communication regarding queries related to the RFP process. The form contains specific fields for the company name, question or comment number, and references to particular documents, pages, or paragraphs that necessitate clarification or feedback. Each entry allows for a single question or comment to be recorded, promoting precision and structure in the inquiry process. The purpose of this form is to streamline communication between potential applicants and federal agency representatives, ensuring accurate responses to queries. This is essential in the context of federal grants and RFPs, as it helps maintain transparency and understanding about project requirements, expectations, and evaluation criteria. The structured form underscores the importance of detail-oriented submissions, critical for successful engagement in federal contracting opportunities. Overall, the document supports effective communication and serves as a tool for enhancing the RFP process while promoting clarity among stakeholders.
    The document outlines a comprehensive overview of federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs, focusing on funding opportunities and procurement processes for various government projects. It emphasizes the intricate relationships between federal, state, and local entities and provides guidelines for applicants seeking financial support or to participate in government contracts. Key ideas include eligibility criteria for proposals, the importance of adhering to government regulations, and the necessity for detailed project plans. Supporting details cover various sectors and areas eligible for funding, including infrastructure, technology, and environmental projects, while also illustrating the steps for a successful application process. The document serves as an essential resource for organizations aiming to engage with government funding opportunities, ensuring compliance and strategic alignment with governmental objectives across different levels of administration.
    The Defense Health Agency (DHA) has issued a Request for Quotation (RFQ) for the lease of a fully automated hematology analyzer at Scott Air Force Base, effective from October 1, 2024. This solicitation includes a base year plus two option years, adhering to the Performance Work Statement (PWS). The requirement is for one analyzer capable of performing a complete blood count (CBC) with a full differential and an automated reticulocyte count. The contractor is also required to provide an Uninterrupted Power Source (UPS). Key details include the location of services at the 375th Medical Group, the timeline for the RFQ process with a quote submission deadline of September 23, 2024, and a comprehensive list of attachments detailing requirements and pricing structures. The contract specialist and contracting officer are the points of contact for any inquiries. This RFQ is part of the government's ongoing efforts to provide effective health services to military personnel.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are required to submit quotes as no written solicitation will be issued. For further details, interested parties can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728, with the archive date for submissions set for October 4, 2024.
    micro
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Medical Research Center, is seeking to procure a hematology analyzer designed for use with rodent species, particularly rats and mice. The analyzer must have a compact design with dimensions not exceeding 20 inches in any direction, utilize tri-angle laser scattering and flow cytometry principles, and be capable of performing a 5-part differential analysis, including reticulocyte evaluation, with a throughput of at least 60 samples per hour and a minimal sample volume of 50 microliters or less. This equipment is crucial for advancing medical research and diagnostics within the military context. Interested vendors should contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil for further details regarding this opportunity.
    Notice of Intent to Sole-Source - Hematology Analyzer Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract to Sysmex America, Inc. for routine preventative maintenance services and reagents for the Sysmex Hematology Analyzer Unit. This procurement is critical as the analyzer requires specific reagents that are exclusively provided by Sysmex America, making them the only viable source for fulfilling this requirement. Interested parties may submit a capability statement or proposal demonstrating why competitive bidding would be advantageous, with submissions due by 14 October 2024 at 2:00 PM MST. For further inquiries, contact SSgt Kevin Luccitti at kevin.luccitti@us.af.mil or SSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Laboratory Diagnostic Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Army National Guard (MA ARNG), is seeking qualified vendors to provide laboratory diagnostic services for its personnel from September 30, 2024, to September 29, 2025. The contractor will be responsible for delivering comprehensive blood and urine laboratory services, including staffing, equipment, and adherence to strict quality control measures, ensuring timely collection, transportation, and testing of samples. These services are crucial for maintaining the health readiness of soldiers, as they must meet specific medical requirements for duty. Interested small businesses must submit their quotes via email by the specified deadline, and further inquiries can be directed to Lacy Phongsaly at lacy.r.phongsaly.civ@army.mil or Lars Bernard at jeffrey.l.bernard6.civ@army.mil. The solicitation number for this opportunity is W912SV-24-Q-0024.
    Hemosphere Clearsight Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking to procure two HemoSphere ClearSight systems for non-invasive hemodynamic monitoring. This procurement aims to replace four outdated EV1000 units that have reached their end of life, thereby enhancing the capabilities of the existing Intensive Care Unit (ICU) at the David Grant Medical Center. The HemoSphere ClearSight systems are critical for measuring vital parameters such as stroke volume and cardiac output, which are essential for evaluating hemodynamic status and guiding treatment decisions. Interested vendors must submit their quotations by September 23, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, contact Brian DuQuette at brian.duquette.5@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    Chemistry Molecular Cost Per Reportable Results
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Chemistry/Immunoassay Analyzers, Reagents, and related services at the Dwight D. Eisenhower Army Medical Center located in Fort Gordon, Georgia. The procurement aims to support military healthcare operations by providing essential medical diagnostic equipment and reagents, particularly for laboratory tests focused on sexually transmitted infections, including Chlamydia trachomatis, Neisseria gonorrhea, and Human Papilloma Virus (HPV). This contract, expected to be awarded as a Firm Fixed Price agreement, includes installation, training, and ongoing maintenance, with proposals due by September 20, 2024. Interested vendors should direct inquiries to Jacquetta White at jacquetta.o.white.civ@health.mil or Sebrena L. Lane at sebrena.l.hackleylane.civ@health.mil for further details.
    Lab Whole Genome Testing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide whole genome sequencing testing services for the Naval Medical Center San Diego. The procurement involves a non-personal services contract that spans a base year from October 1, 2024, to September 30, 2025, with four optional renewal years, focusing on delivering high-quality genomic testing while ensuring compliance with industry standards such as HIPAA and CAP accreditation. This initiative is crucial for enhancing health services for military personnel, leveraging advanced genomic testing capabilities to improve diagnosis and treatment. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Jojie Urrete at jojie.n.urrete.civ@health.mil.
    Reference Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Reference Laboratory Testing Services to Diagnostic Laboratory Services, Inc. This contract will support the Laboratory Department at Naval Hospital Guam by providing comprehensive diagnostic testing and specialized laboratory services, including blood tests, genetic testing, and microbiology, which are critical for ensuring timely and accurate patient diagnoses. The contract is set to begin on September 19, 2024, with options for extension through September 30, 2026, and interested vendors must submit capability statements by 1:00 PM Pacific Daylight Time on September 12, 2024, to Merlinda Labaco at merlinda.m.labaco.civ@health.mil for consideration.
    Immunohistochemistry (IHC) Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for an Immunohistochemistry (IHC) Slide Staining Platform and related supplies for the Madigan Army Medical Center (MAMC) in Tacoma, WA. The procurement aims to acquire an automated Roche/Ventana Benchmark Ultra IHC platform along with necessary antibody stains and reagents to support the Anatomic Pathology mission, with a contract value of $216,810 for a period from October 1, 2024, to June 30, 2025. This initiative is critical for enhancing laboratory capabilities while ensuring compliance with regulatory standards, including FDA approval for all products. Interested offerors must submit their proposals by September 20, 2024, and can direct inquiries to Matthew Kohler at matthew.e.kohler2.civ@health.mil or George Rutt at george.r.rutt.civ@health.mil.