Hematology Analyzer Leasing
ID: FA480125Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4801 49 CONS PKHOLLOMAN AFB, NM, 88330-8225, USA

NAICS

Medical Laboratories (621511)

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the leasing of Hematology Analyzers at Holloman Air Force Base in New Mexico. The procurement requires vendors to provide detailed service documentation and ensure compliance with a comprehensive Statement of Work (SOW), which includes installation, maintenance, and operational requirements for the analyzers, emphasizing accuracy and regulatory compliance. This opportunity is critical for maintaining high-quality healthcare services within military facilities, with a small business size standard of $41.5 million under NAICS code 621511. Interested vendors must submit their proposals via email by 12:00 PM Mountain Time on March 28, 2025, and direct any questions to SSgt Erick Vasquez at erick.vasquez@us.af.mil or Callie M. Spencer at callie.spencer.1@us.af.mil by March 18, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the installation and maintenance of a Hematology Analyzer at Holloman Air Force Base, NM. The contractor is responsible for providing necessary personnel, equipment, and services, while adhering to all safety and environmental regulations. The analyzer must perform at least 50 complete blood counts per hour, utilize approved optical technology for accurate results, and feature compatibility with existing healthcare systems like CHCS and MHS Genesis. Operational requirements include advance notice for work commencement, certified installation, system validation, and assistance for the laboratory information system interface. The maintenance agreement calls for routine service, emergency support, and timely supplies of reagents, alongside annual training for laboratory personnel. Compliance with environmental standards and consistent maintenance of equipment are emphasized, while proper identification and documentation procedures for contractor personnel are mandated. Overall, this SOW illustrates the federal government's pursuit of high-quality healthcare equipment and service maintenance to ensure effective laboratory operations within military facilities, prioritizing accuracy, training, and regulatory compliance throughout the project duration.
    The document outlines various clauses incorporated by reference and full text for a government solicitation related to services and products. It includes compliance requirements focused on sustainability, cybersecurity, and defense specifications, emphasizing the protection of sensitive information, the prohibition of certain telecommunications equipment, and requirements for contractor conduct. Clauses address topics such as whistleblower rights, payment processing through Wide Area Workflow (WAWF), and contractor responsibilities regarding safety and health regulations. Additionally, the document specifies evaluation criteria for bids, detailing requirements for technical acceptability, pricing considerations, and the importance of meeting all solicitation conditions. These provisions reflect the government's commitment to ethical practices, transparency, and compliance with federal laws and executive orders, critical in the RFP process. The summary emphasizes the need for contractors to adhere closely to outlined regulations to ensure eligibility for award.
    The solicitation FA480125Q0411, posted by the 49th Contracting Squadron, seeks quotations for the leasing of Hematology Analyzers at Holloman Air Force Base, New Mexico. This combined synopsis/solicitation, compliant with FAR subpart 12.6 for commercial items, requires vendors to provide detailed service documentation and company information, including a unique entity identifier and commercial and government entity codes. The solicitation outlines that quotes must specify compliance with the Statement of Work (SOW) and confirm acceptance of the terms and conditions for award. Vendors are invited to submit proposals via email by 12:00 PM Mountain Time on 28 March 2025, with questions due by 18 March 2025. The procurement highlights a substantial small business size standard of $41.5 million under NAICS code 621511, emphasizing the importance of detailed technical requirements for service eligibility. This request underscores a commitment to maintaining operational standards in military medical services by securing essential medical equipment leasing.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Automated Blood Gas Analyzer Cost Per Test, Reagents and Supplies
    Buyer not available
    The Department of Defense, specifically the Army's Medical Readiness Contracting Office-East, is soliciting bids for the procurement of a Rapidpoint 500e Analyzer along with associated reagents and supplies for Martin Army Community Hospital located in Fort Moore, Georgia. This request for quotation (RFQ) aims to enhance laboratory capabilities for blood testing through a contract that includes both a base period and an option period for equipment lease and necessary supplies. The initiative underscores the government's commitment to medical readiness and improved laboratory services, with quotes due by March 19, 2024, and an estimated delivery date set for April 1, 2025. Interested vendors must comply with the NAICS size standard of 1250 employees in the In-Vitro Diagnostic Substance Manufacturing sector and can reach out to primary contact Johnnie Huffin at johnnie.huffin.civ@health.mil or secondary contact Gloria Brogsdale at gloria.f.brogsdale.civ@health.mil for further information.
    Blood Bank Analyzer
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified vendors for the procurement of a Blood Bank Analyzer, aimed at enhancing immunohematology testing capabilities at the A.T. Augusta Military Medical Center in Fort Belvoir, Virginia. The analyzer must automate various blood bank test processes and meet specific performance specifications, including the use of agglutination technology, the ability to perform fully automated serial dilutions, and compliance with FDA regulations for reagents. This procurement is critical for ensuring efficient and accurate blood testing, which is vital for patient care in military medical facilities. Interested parties must submit their capabilities statements by 9:00 AM EST on January 31, 2025, and can direct inquiries to Contract Specialist Pamela Renteria at pamela.i.renteria.civ@health.mil.
    Lab Chemistry Analyzer and Cost-Per-Test Agreement for Robins Air Force Base
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking a sole source contract for a VITROS ® XT 3400 Chemistry Analyzer and a Cost-Per-Test Agreement for the 78th Medical Group Laboratory at Robins Air Force Base in Georgia. The procurement aims to provide a comprehensive laboratory solution that includes the analyzer, reagents, calibrators, controls, and preventive maintenance, all compliant with the Military Health System (MHS) GENESIS electronic health record system. This equipment is crucial for enhancing laboratory analysis capabilities, ensuring efficient and accurate diagnostic testing in support of healthcare services. Interested vendors must submit a Capabilities Statement by 10:00 AM EST on March 24, 2025, to the primary contact, Brittany Belsches, at brittany.n.belsches.civ@health.mil, or Lenore Y. Paseda at lenore.y.paseda.civ@health.mil.
    Hematology Testing - Cost Per Reportable Result
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for an automated hematology analyzer system to be delivered to the U.S. Army Health Clinic in Vicenza, Italy. The contract requires the contractor to provide, install, and maintain the analyzer, along with supplying necessary reagents and materials for hematology testing, with an ordering period from May 1, 2025, to September 30, 2029, and a minimum contract value of $1,000. This procurement is critical for enhancing healthcare capabilities at the clinic, ensuring compliance with federal regulations, including HIPAA, and maintaining patient confidentiality. Interested parties, particularly small businesses, service-disabled veteran-owned, and women-owned enterprises, should contact Elena Raspitha at elena.m.raspitha.civ@health.mil for further details.
    Water Testing & Analysis
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations from small businesses for water testing and analysis services at Holloman Air Force Base in New Mexico. The contractor will be required to provide comprehensive sampling analysis services for the base's drinking water, ensuring compliance with both New Mexico state regulations and Environmental Protection Agency (EPA) standards. This includes routine and non-routine testing for various contaminants, with strict adherence to temperature and timing protocols during sample transport to prevent violations. Interested vendors must submit their quotes by April 3, 2025, and can direct inquiries to primary contact Darius Evans at darius.evans.4@us.af.mil or secondary contact Callie M. Spencer at callie.spencer.1@us.af.mil.
    Epredia Cryostar NX70 Cryostat
    Buyer not available
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of two Epredia Cryostar NX70 Cryostats under a Firm Fixed Price contract. The cryostats are intended for use in the Histology/Pathology Laboratory at the David Grant Medical Center, providing advanced capabilities for rapid processing of interoperative samples with unique safety features. Interested vendors must submit their quotes by March 20, 2025, ensuring compliance with federal acquisition regulations and demonstrating their qualifications through required documentation. For further inquiries, potential contractors can contact Don Salgado at donphillip.salgado@us.af.mil or Marcus Thomas at marcus.thomas.20@us.af.mil.
    65--ANALYZER,INTRAVENOU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of an Intravenous Analyzer (NSN 6515016454093). This procurement includes two units to be delivered to the Naval Medical Readiness Logistics, with a delivery timeline of five days after order (ADO). The Intravenous Analyzer is a critical medical device used in various healthcare settings to ensure accurate intravenous therapy, thereby enhancing patient care. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and all submissions must be made in accordance with the guidelines outlined in the solicitation document.
    Blood Coagulation Analyzer and Reagents
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office - East (MRCO-E), is seeking proposals for a firm fixed-price contract to supply a blood coagulation analyzer and associated reagents for the Womack Army Medical Center located in Fort Liberty, North Carolina. The contractor will be responsible for providing all necessary personnel, equipment, maintenance, transportation, tools, and training to ensure the effective operation of automated analyzers for coagulation testing, with reagents ordered on an as-needed basis. This procurement is crucial for maintaining high-quality medical testing solutions in a military healthcare setting, ensuring compliance with federal regulations, including FDA standards. Interested vendors should refer to the attached solicitation (W91YTZ-25-Q-A045) for detailed requirements and submission guidelines, with the contract period of performance spanning from May 1, 2024, to July 31, 2030. For further inquiries, contact Victoria Manigault at victoria.g.manigault.civ@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    Maintenance
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to negotiate a sole source contract with AB Sciex LLC for maintenance services of designated laboratory equipment at the Defense Health Agency (DHA) located at Dover Air Force Base, Delaware. The procurement involves a Firm Fixed Price (FFP) maintenance contract that includes preventative maintenance, inspections, calibrations, and corrective repairs for AB Sciex laboratory equipment, which must be maintained according to original equipment manufacturer (OEM) specifications to ensure optimal performance. Interested parties are invited to submit their capability statements, including technical data and cost estimates, by 4:00 PM Local ET on March 28, 2025, to Brian Miller at brian.d.miller1.civ@health.mil, referencing notice number W81XWH19R0039.
    CPRR Reagents, Controls, and Consumables for Coagulation Testing at NHTP
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking quotes for a supply purchase order contract for cost-per-reportable results (CPPR) reagents, controls, and consumables for coagulation testing at Naval Hospital Twentynine Palms (NHTP) in California. The procurement includes the leasing of two bench-top coagulation analyzers, FDA-approved reagents, and consumables necessary for testing key assays such as PT, INR, aPTT, D-Dimer, and Fibrinogen, which are vital for monitoring patient hemostasis and thrombosis. This initiative aims to enhance healthcare services for U.S. military personnel and their families, ensuring reliable and efficient testing capabilities while adhering to budgetary constraints. Interested vendors must submit their quotes by March 21, 2025, and can direct inquiries to Tracy Robinson at tracy.m.robinson18.civ@health.mil or CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil.