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, through 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, controls, 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 initiative is critical for the Department of Pathology and Area Laboratory Services at BAMC, as it supports essential diagnostic testing and patient care. Interested vendors must submit their responses, including company information and capability statements, by 4:00 PM CST on October 30, 2024, to the designated contacts, Medina L. Woodson and Salameya Paulouskaya, via the provided email addresses.

    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 to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    6640--Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 19, is seeking information from vendors capable of providing Polymerase Chain Reaction (PCR) Molecular Diagnostic Cost Per Test (CPT) services for the Fort Harrison VA Medical Center and Benjamin Steele VA Clinic in Montana. The procurement requires vendors to supply two analyzers that can perform specific molecular diagnostic tests, including respiratory pathogen panels and blood culture identification, while ensuring minimal hands-on time for medical technologists. This initiative is crucial for enhancing the accuracy and efficiency of molecular virology results in veteran healthcare. Interested parties must submit their capability statements, including business size status, to Contract Specialist Ernest Appiah via email by January 5, 2026, at 9 AM Mountain Time.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The procurement aims to acquire a comprehensive chemistry and immunochemistry system that meets stringent technical, operational, and service requirements, including FDA approval, CLIA and CLSI precision standards, and 24/7 technical support. This equipment is critical for performing a wide range of diagnostic tests, ensuring compliance with security regulations, and maintaining high standards of patient care. Interested parties must submit a Statement of Capability by November 18, 2025, and should contact MEDCOM at karan.e.quiles.civ@health.mil for further information.
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The contractor will be responsible for analyzing blood and urine samples collected by the Government, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is critical for maintaining the health and readiness of National Guard personnel, and the contract will span a five-year period. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines. For further inquiries, contact Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Life Technologies AB Assurance Maintenance Warranty Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a Life Technologies AB Assurance Maintenance Warranty Plan for the U.S. Army Criminal Investigation Laboratory (USACIL) and the Forensic Exploitation Department (FXD). This non-personnel services contract requires annual preventive maintenance and repair of Life Technology instruments, ensuring compliance with FBI Quality Assurance Standards and ISO 17025 for effective DNA processing. The contractor will be responsible for all necessary personnel, equipment, and supplies, while the government will provide certain facilities and materials. Interested parties can contact Maria Campbell at maria.campbell14.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil for further details. The contract is set to commence on January 1, 2026, and run through December 31, 2026.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.
    EMERGENT REFERENCE LAB TESTING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide emergent reference laboratory testing services for the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement aims to secure laboratory testing for urgent/emergent patient specimens that cannot be performed in-house, including tests such as Mycobacteria Stains, Microbiology Specimens, and Therapeutic Drugs, with a required turnaround time of 24 hours or less for STAT testing. This service is critical for ensuring timely patient care and addressing urgent medical needs. Interested vendors must possess a current CMS CLIA Certificate for High Complexity Testing and a Laboratory Accrediting Agency Certificate, with responses due by November 19, 2025, at 4:00 PM CST. For further inquiries, vendors can contact Monica Reed at monica.reed@va.gov or by phone at 334-450-5679.