Lab Chemistry Analyzer and Cost-Per-Test Agreement for Robins Air Force Base
ID: HT940625ChemicalAnalyzerType: Presolicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Lab Chemistry Analyzer and a Cost-Per-Test Agreement specifically for Robins Air Force Base located in Warner Robins, Georgia. This procurement aims to acquire analytical laboratory instruments that are crucial for chemical analysis, ensuring efficient and accurate testing capabilities within military healthcare facilities. Interested vendors should note that the primary contact for this opportunity is Brittany Belsches, who can be reached at brittany.n.belsches.civ@health.mil, while secondary inquiries can be directed to Lenore Y. Paseda at lenore.y.paseda.civ@health.mil. Further details regarding the timeline and funding specifics will be provided in the forthcoming solicitation.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    FY26 One (1) Waterless Integrated Immunochemistry Analyzer and One (1) Waterless Clinical Chemistry Analyzer W/ Cost Per Reportable Result(s) (CPRR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of one waterless integrated immunochemistry analyzer and one waterless clinical chemistry analyzer, along with a cost-per-reportable-result (CPRR) model. The primary objective is to enhance laboratory efficiency at the General Leonard Wood Community Hospital in Fort Leonard Wood, Missouri, by acquiring advanced analyzers that meet specific operational requirements, including high throughput, minimal reagent storage, and robust data management capabilities. This initiative is crucial for modernizing laboratory capabilities, ensuring compliance with federal standards, and improving patient care outcomes through systematic clinical testing. Interested vendors should contact Joshua Barbero at joshua.p.barbero.civ@healthl.mil or Timothy T. Hoerz at timothy.t.hoerz.civ@mail.mil for further details regarding the proposal submission process.
    Cost per Test Equipment, Becton BD BACTEC FX and Bruker MALDI Biotyper for the Infectious Disease Laboratory at Walter Reed National Military Medical Center
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for the procurement of cost per test equipment, specifically the Becton BD BACTEC FX and Bruker MALDI Biotyper, for the Infectious Disease Laboratory at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement aims to enhance laboratory capabilities in diagnosing infectious diseases, which is critical for patient care and public health. Interested vendors should note that the opportunity is categorized under the NAICS code 334516, focusing on Analytical Laboratory Instrument Manufacturing, and the PSC code 6545, which pertains to replenishable field medical sets, kits, and outfits. For further inquiries, potential bidders can contact Kendall Spann at kendall.j.spann.civ@health.mil.
    Discrete Analyzer
    Buyer not available
    The Department of Defense, specifically the Army Research Laboratory, is conducting a Sources Sought Notice to identify potential vendors for an automated discrete analyzer designed for enzyme assays. The analyzer must be capable of automating the analysis of various samples, conducting multiple assay types, and maintaining precise environmental conditions, while also supporting both commercially available and user-prepared reagents. This equipment is crucial for high-throughput testing in laboratory settings, ensuring efficiency and accuracy in analytical processes. Interested parties are encouraged to respond within five days, detailing their capabilities and experience, with the expectation of contract performance at the Army Research Laboratory Center in Maryland and delivery anticipated within 6-8 weeks post-award. For inquiries, contact David Erb at david.j.erb4.civ@army.mil or call 520-672-9596.
    Notice of Intent- Sole Source - Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent for a sole source procurement of Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600 instruments. This procurement aims to acquire analytical laboratory instruments essential for medical and surgical applications, specifically within the healthcare sector of the military. These instruments play a critical role in diagnostic processes and patient care, ensuring that healthcare providers have access to reliable and advanced technology. Interested vendors can reach out to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or call 703-275-6342 for further details regarding this opportunity.
    Blood Coagulation Analyzer
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office - East, is seeking proposals for a firm fixed-price contract to provide a Blood Coagulation Analyzer and associated hemostasis automation systems at Womack Army Medical Center in Fort Liberty, North Carolina. The contractor will be responsible for delivering two analyzers, necessary peripherals, and support services, including installation, training, and maintenance, over a contract period from May 1, 2024, to July 31, 2030. This procurement is critical for ensuring reliable laboratory services that support patient care in a military healthcare environment, adhering to safety and regulatory standards. Interested vendors must be registered with the System for Award Management (SAM) and can direct inquiries to Victoria Manigault or Michael J. McCollum via their respective emails.
    Brand Name or Equivalent of Bio-Rad Evolis and Geenius serological automated analyzers with UPS backup systems for the Walter Reed Army Institute of Research (WRAIR)
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking sources for the procurement of Bio-Rad Evolis and Geenius serological automated analyzers, along with uninterrupted power supply (UPS) backup systems, for the Walter Reed Army Institute of Research (WRAIR) in Silver Spring, Maryland. The requirement includes high-volume HIV testing and confirmation capabilities, with specifications for independent processing systems, automated sample integrity detection, and compatibility with existing laboratory systems, all while adhering to FDA regulations for HIV screening. This initiative is crucial for enhancing infectious disease management among U.S. service members, particularly concerning HIV and hepatitis C. Interested vendors should contact Brenda Mena at brenda.i.mena.civ@health.mil or Sharew Hailu at sharew.hailu.civ@health.mil for further details, as the contract is expected to span from September 30, 2025, to September 29, 2030.
    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.
    Oncology breast testing
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for oncology breast testing services. This procurement aims to identify qualified medical laboratories capable of providing specialized testing services critical for cancer diagnosis and treatment. The services will be performed in Bethesda, Maryland, and are essential for supporting the health and readiness of military personnel and their families. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further information regarding this opportunity.
    Nucleic Acid Amplification Testing (NAAT) Molecular Analyzers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Request for Information (RFI) to identify potential contractors capable of providing Nucleic Acid Amplification Testing (NAAT) Molecular Analyzers for Naval Hospital Pensacola, Florida. This procurement aims to gather information on qualified offerors who can meet the requirements under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing. NAAT Molecular Analyzers are critical for medical laboratory use, facilitating accurate and timely testing in healthcare settings. Interested parties are encouraged to submit their company information and relevant qualifications by March 17, 2025, with no extensions permitted. For inquiries, contact Sylas Younger at sylas.a.younger.civ@health.mil or Marcus Mattingly at marcus.h.mattingly.civ@health.mil.
    Ideal Aerosmith Rate Table Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Ideal Aerosmith Rate Table Calibration project at Robins Air Force Base in Georgia. The procurement involves providing Tear-Down and Evaluation (T&E) services to ensure the Ideal Aerosmith Rate Table Controller is fully operational following necessary repairs and calibrations, with a focus on compliance with safety and environmental standards. This contract is critical for maintaining the operational integrity of military equipment, ensuring adherence to rigorous quality and regulatory standards throughout the calibration process. Interested vendors must submit their proposals by March 11, 2023, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil.