Sources Sought Notice- Reagents for Chemisty Immunoassays Test
ID: PANHCA25P0000007494Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA 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
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
The William Beaumont Army Medical Center (WBAMC) is seeking proposals for a cost-per-kit contract for the supply of reagents used in chemistry and immunoassay testing. The contract involves leasing two chemistry analyzers and two immunoassay analyzers, comprising a customizable laboratory track line with essential modules and a deionized water unit. The analyzers should provide extensive testing capabilities, including cardiac enzymes and various viral tests, ensuring redundancy and uninterrupted testing for patient care. The quality control plan must comply with regulatory standards, outlining inspection protocols, documentation, and maintenance services for contractor-owned equipment. Performance expectations include 24/7 operational support for the analyzers, routine calibration, and on-site training for WBAMC staff. Deliveries and reagents must meet strict temperature control requirements, and any failures require quick responses, with emergency support available. The document stresses adherence to multiple regulations, including HIPAA for protecting patient information and requires suitable cybersecurity measures for interfacing with military healthcare systems. Overall, this initiative aligns with federal healthcare requirements to enhance diagnostic capabilities at WBAMC, emphasizing reliability, quality assurance, and patient safety.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
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.
Microbiology Media for Department of Pathology, Carl R. Darnall Army Medical Center, Fort Cavazos, Tx
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office-West, is seeking sources for the procurement of Microbiology Media for the Carl R. Darnall Army Medical Center located in Fort Cavazos, Texas. This opportunity involves a twelve-month base contract with two optional twelve-month periods for the supply of various microbiology media, which are essential for culturing, detecting, and isolating microorganisms from clinical patient specimens. Interested vendors must demonstrate their capability to provide FDA-approved products that meet specific salient characteristics, with the contract anticipated to be awarded as a Firm Fixed-Price agreement. Responses to this Sources Sought Notice are due by April 25, 2025, at 10:00 A.M. Central Standard Time, and should be directed to Sheryl J. Egans at sheryl.j.egans.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.
Urinalysis Analyzer CPRR Base+4
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide a Cost-Per-Reportable Result (CPRR) Urinalysis Analyzer system for the General Leonard Wood Community Hospital (GLWCH) located in Fort Leonard Wood, Missouri. The procurement includes the supply of a Primary Chemistry Analyzer and a Microscopic Analyzer, along with on-site training, maintenance services, reagents, and consumables necessary for integrated pathology analysis. This equipment is crucial for the new hospital set to open in FY26, ensuring compliance with healthcare standards and enhancing diagnostic capabilities. Interested parties should note that the anticipated solicitation posting date is April 17, 2025, and can contact Sara Craig at sara.l.craig2.civ@health.mil or by phone at 406-868-1533 for further information.
The Medical Readiness Contracting Office - West (MRCO-W) is issuing this Sources Sought Notice to find potential sources to provide red blood cells – leukocyte-reduced and the single donor plasma – frozen for the Brooke Army Medical Center (BAMC).
Buyer not available
The Medical Readiness Contracting Office - West (MRCO-W) is seeking potential suppliers to provide leukocyte-reduced red blood cells and frozen single donor plasma for the Brooke Army Medical Center's Transfusion Services located in Fort Sam Houston, Texas. This Sources Sought Notice aims to gather information from interested vendors regarding their capabilities to meet specific requirements, including the provision of safety data sheets, quality control measures, and timely delivery protocols. The procurement of these medical supplies is crucial for maintaining the operational readiness of military medical facilities. Interested parties are encouraged to submit their company details and capability statements by 4:00 PM CST on April 22, 2025, with inquiries directed to the designated contacts, Medina L. Woodson and Salameya Paulouskaya, via email.
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.
On Island Reference Laboratory Testing and Courier Services at Triple Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is seeking proposals for On Island Reference Laboratory Testing and Courier Services at Tripler Army Medical Center in Hawaii. The procurement aims to establish Multiple Blanket Purchase Agreements for non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries, including urgent STAT courier services and compliance with strict professional standards. This initiative is crucial for ensuring accessible and high-quality laboratory services tailored to the needs of the armed forces and their families. Interested vendors must submit their quotes by April 25, 2025, at 10:00 am HST, and can direct inquiries to Ms. Leslie Takayama at leslie.m.takayama.civ@health.mil.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
Notice of Intent to Sole Source Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
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.