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)
ID: PANDHA25P0000-003346Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Minimum Essential Characteristics (MEC) for Serological Automated Analyzers and related equipment intended for performing high-volume HIV testing and confirmation. Key specifications include independent processing systems to prevent cross-contamination, automated sample integrity detection, and capabilities for handling large sample volumes (up to 1,600 in eight hours). The analyzers must interface with various laboratory systems, require no plumbing or external ventilation, and be FDA-approved for HIV screening. Additionally, it details the requirements for HIV confirmation analyzers, which must be compatible with the Western Blot system and capable of differentiating between HIV-1 and HIV-2. The reagents specified must facilitate both manual and automated testing, with a sensitivity to detect HIV presence shortly after infection. Orders for reagents are to support between 10,000 and 48,000 tests, while confirmation reagents must allow for a smaller order to cover between 200 and 500 tests. This document serves as a guide for government agencies or vendors responding to requests in purchasing diagnostic equipment and supplies for effective HIV screening and confirmation testing.
    The document outlines a Draft Statement of Work (SOW) for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract related to the leasing, installation, and validation of serological automated analyzers for the Walter Reed Army Institute of Research (WRAIR). It aims to address critical health challenges faced by U.S. service members in infectious disease management, particularly HIV and hepatitis C. The SOW specifies the contractor's obligations, including providing BioRad EVOLIS analyzers, confirmatory analyzers, and uninterrupted power supply (UPS) systems, along with necessary reagents and preventive maintenance. The contract is set to last from September 30, 2025, to September 29, 2030, located at facilities in Silver Spring, MD, and potentially Fort Detrick, MD. Performance requirements demand equipment validation, operator training, and adherence to federal regulations concerning medical devices. The contractor must ensure timely maintenance, compliance with health information privacy laws, and maintain high levels of customer service throughout the contract lifespan. Overall, this document captures the government's commitment to advancing health technologies and support systems for military personnel.
    Similar Opportunities
    6550--Lab Testing Services - (HIV/HCV/HPV/On)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
    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.
    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.
    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.
    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.
    6515--Liaison XL Analyzer Sources Sought Notice
    Buyer not available
    The Department of Veterans Affairs is seeking qualified suppliers for a Sources Sought Notice regarding the procurement of a Liaison XL Analyzer and associated services for the Baltimore VA Medical Center. The objective is to acquire an immunoassay analyzer along with necessary reagents, consumables, maintenance, and training specifically for HIV and TB testing, ensuring efficient integration with existing reporting systems. This initiative is part of the VA's efforts to enhance laboratory services and maintain reliable public health testing capabilities. Interested suppliers must submit their capabilities, business size classifications, and pricing information via email by March 13, 2025, to Contract Specialist Michael Jones at michael.jones16@va.gov.
    Request for Information (RFI) for Device and Maintenance Services for medical point-of-care molecular disease analyzer.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is issuing a Request for Information (RFI) to explore the market for medical point-of-care molecular disease analyzers, with the intent to replace its aging Cepheid GeneXpert systems. The USCG aims to procure approximately 55 new devices that can test for multiple diseases, including SARS-CoV-2, Influenza A and B, and various bacterial infections, emphasizing the need for FDA approval, high specificity and sensitivity, rapid turnaround times within 60 minutes, and compatibility with electronic health records. This initiative is crucial for enhancing the USCG's medical capabilities and ensuring timely disease detection among personnel. Interested vendors are encouraged to submit their responses by March 25, 2025, and can direct inquiries to Jamison Harned at jamison.w.harned@uscg.mil or by phone at 571-613-5151.
    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.
    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 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.
    Monoclonal Antibodies and Viral Recombinant Antigens
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking suppliers for monoclonal antibodies and viral recombinant antigens, as outlined in a Special Notice. This procurement aims to acquire in vitro diagnostic substances, reagents, test kits, and sets, which are critical for various medical and research applications within the military health system. The place of performance for this contract will be in Maryland, United States, and interested vendors can reach out to Shelley Wallace at shelley.a.wallace2.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil for further information. The notice does not specify a funding amount or key deadlines, but interested parties are encouraged to inquire for additional details.