Sources Sought Notice for a Cost-Per-Test (CPT) Agreement to include reagents, instrument/equipment, consumables, controls, and any necessary services to conduct Flow Cytometry Testing at BAMC
ID: 23-P-0054Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA 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
    Description

    The Department of Defense, specifically the Medical Readiness Contracting Office West (MRCO), is seeking potential sources for a Cost-Per-Test (CPT) Agreement to provide flow cytometry testing services at the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. The procurement includes the provision of FDA-approved reagents, instruments, consumables, and necessary services, with a focus on maintaining a 98% operational uptime during business hours and ensuring compliance with regulatory standards such as CLIA and CAP. This opportunity is critical for supporting the Department of Pathology's laboratory services, which require advanced flow cytometry capabilities for various medical analyses. Interested parties must submit their responses by 4:00 PM CST on October 30, 2024, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.

    Point(s) of Contact
    Medina L. Woodson
    (210) 539-8525
    (210) 221-3446
    medina.l.woodson.civ@health.mil
    Salameya Paulouskaya
    (210) 539-8656
    (210) 221-3446
    salameya.paulouskaya2.civ@health.mil
    Files
    Title
    Posted
    The Statement of Work (SOW) details the provision of flow cytometry equipment and services for the Brooke Army Medical Center at Joint Base San Antonio, TX. The contractor is responsible for delivering and maintaining equipment, reagents, training, and related services to ensure 98% operational uptime during business hours. Key elements include quality control and assurance measures, equipment troubleshooting, and adherence to various regulatory standards such as CLIA and CAP. The contractor must prepare a quality control plan and ensures compliance with safety standards and documentation procedures. The agreement also outlines the necessity for timely delivery of reagents, proper training for staff, and adherence to federal holidays. Maintenance responsibilities, including unscheduled repairs, hotline support, and documenting service outcomes, are emphasized. Additionally, provisions for handling protected health information (PHI) and personnel security clearance requirements are outlined, ensuring adherence to DoD guidelines. Overall, the SOW establishes expectations for service delivery, quality assurance, and regulatory compliance while prioritizing patient care and safety in laboratory operations.
    Similar Opportunities
    Sources Sought Notice for a Cost-Per-Test (CPT) Agreement to include reagents, instrument/equipment compatible with Hologic’s SARS CoV-2 & Flu A/B reagents at BAMC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Medical Readiness Contracting Office West (MRCO), is seeking potential sources for a Cost-Per-Test (CPT) Agreement to provide reagents and equipment compatible with Hologic’s SARS CoV-2 & Flu A/B reagents for the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. The procurement aims to secure a fully automated molecular analyzer capable of processing a high volume of samples efficiently, along with necessary reagents and services to support nucleic acid amplification testing (NAAT) for various bacterial and fungal infections, including Bacterial Vaginosis and Chlamydia trachomatis. This initiative is part of broader public health strategies to enhance disease detection and management, particularly in women's health. Interested vendors should respond with their capabilities and relevant information by contacting Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil, with the base period of performance expected from June 1, 2025, to September 30, 2025.
    Blood Testing Supplies and Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Vitalant for blood testing supplies and services at the David Grant Medical Center (DGMC) located at Travis AFB, California. The objective of this procurement is to secure essential blood testing supplies and services, with the contract structured to include a six-month base period starting April 1, 2025, followed by four optional one-year extensions and a potential six-month extension thereafter. This contract falls under the NAICS code 621991, related to Blood and Organ Banks, and the PSC code 6506 for Blood and Blood Products, highlighting the critical nature of these services for military healthcare. Interested parties must submit a capability statement by 10:00 AM Pacific Daylight Time on October 31, 2024, to the primary contact, Danielle Patterson, at danielle.l.patterson3.civ@health.mil, adhering to specified formatting requirements.
    BD Biosciences BD FACSLyric™ 3L10C Lease, Consumables and Service
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking qualified contractors to provide leasing, consumables, and maintenance services for the BD FACSLyric™ 3L10C system, as part of a sources sought announcement. The procurement aims to ensure the continued operation of critical laboratory equipment used for immunology flow cytometry, which is essential for delivering over one million test results annually for patient care and research. This opportunity emphasizes the need for proprietary reagents and robust support from the manufacturer, highlighting the importance of consistent and reliable testing in a clinical research environment. Interested parties must submit their responses by 12:00 PM Eastern Standard Time on October 23, 2024, to the primary contact, Kimala Winfield, at kimala.winfield@nih.gov.
    Maintenance Support for Flow Cytometry Equipment
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance support services for the BD Biosciences FACSDiscover S8 flow cytometry equipment. The contractor will be responsible for providing comprehensive maintenance, including parts, labor, and unlimited service calls, ensuring the equipment remains operational for critical biomedical research. This procurement is vital for maintaining the functionality of essential laboratory instruments, with the anticipated contract period from November 27, 2024, to November 26, 2025, and options for two additional years. Interested parties must submit their quotations by 9:00 a.m. Eastern Daylight Time on October 30, 2024, to Emily Palombo at emily.palombo@nih.gov.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    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.
    RapidComm
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE (DEPT OF THE ARMY) is seeking potential sources to provide upgrades and updates to the RapidComm system for continued data management services for Point of Care Testing (POCT) throughout Brooke Army Medical Center (BAMC). The system must have B2B with remote access for updates/upgrades/troubleshooting and possess software capable of operating in the Department of Defense (DoD) network environment. It must support Active Directory integration for username/password compliance and have the ability to manage patient results, quality control, certifications, devices, and device configurations. The system should be user-friendly with an easy-to-use interface and the ability to export data to various formats. It must also have quick view result exception, device alarms, connectivity, and verification of operator status. Additionally, it should be capable of interfacing with various POCT devices. The response due date for this Sources Sought Notice is 4:00 PM CST, 15 December 2023. For more information, contact YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil.
    6640--Request For Information (RFI) For Automated Solid Phase Blood Bank Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking information from potential vendors regarding the rental of an automated solid-phase blood bank analyzer and the purchase of necessary testing reagents. The procurement aims to enhance blood bank testing capabilities, requiring the system to perform various tests, including ABO/Rh typing, antibody identification, and crossmatching, while also ensuring comprehensive quality control measures are in place. Interested parties must submit their capability statements, including business size status and contact information, to Contract Specialist Ernest Appiah by email by 9 AM Mountain Time on October 18, 2024. This is a sources sought notice only and does not constitute a request for proposal.
    6515--Droplet Digital PCR Testing Instrument
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Droplet Digital PCR Testing Instrument to enhance molecular diagnostic capabilities at the Orlando VA Healthcare System. The procurement aims to acquire FDA-approved instruments, specifically the Bio-Rad QXDX AutoDG Droplet Digital PCR and C1000 Touch Thermal Cycler, which are critical for managing chronic myeloid leukemia (CML) and ensuring operational efficiency in laboratory workflows. Interested vendors must submit their proposals by October 24, 2024, at 3:00 PM Eastern Time, with inquiries accepted until October 17, 2024. All responses should be directed to Contract Specialist Shawn Autrey at shawn.autrey@va.gov, and the solicitation will be posted on Sam.gov around October 15, 2024.
    6640--PCR Molecular Testing System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for a PCR Molecular Testing System to Roche Diagnostics for the Hampton VA Medical Center (VAMC) laboratory. This contract, numbered 36C24625Q0084, will cover the Cobas 5800 system, associated assays, and supplies, with a firm-fixed price structure consisting of a base year and four option years, set to commence on December 30, 2024. The procurement is critical as Roche Diagnostics is the sole provider of these specialized items, with no authorized distributors available, ensuring the VA can maintain high standards in healthcare delivery. Interested parties must respond to Contract Specialist Stephanie McElmore within seven days of this notice, which closes on October 18, 2024, at 10:00 AM EDT, and should note that the government will not compensate for any information submitted.
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Medical Technologist and Medical Laboratory Technician services for the Tennessee Valley Healthcare System (TVHS). The contract, identified as 36C24924R0097, will cover staffing for the Nashville and Alvin C. York campuses, with specific requirements for weekday, holiday, and weekend shifts, and is projected to run from November 20, 2024, to November 19, 2025, with options for extension. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans, with a total award amount estimated at approximately $41.5 million and provisions for small business participation. Interested parties should contact Contract Specialist Melvin Cole at melvin.cole@va.gov, and note that proposals are due by October 31, 2024, following an amendment related to an appeal concerning the assigned NAICS code.