Microbial Identification System (MIS)
ID: W81K0425Q2007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-5074, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2027, 9:00 PM UTC
Description

The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 3:06 PM UTC
The RFI No. W81K04-25-Q-2007 outlines requirements for companies responding to a government request regarding medical devices intended for use in austere environments. Companies must provide detailed information about their identity, certifications, socio-economic status, and whether they are registered in federal databases. They must also furnish comprehensive product details, including availability through the Defense Logistics Agency's electronic catalog, means of support, maintenance strategies, and technical specifications including repair part identification and maintenance agreements. The document emphasizes the need for robust maintenance plans, operator training, and the provision of essential technical documentation. It covers aspects of packaging, transportation, and storage of medical devices, alongside their operational and power requirements. Finally, it inquires about cybersecurity compliance within the DoD framework, indicating a necessity for a structured approach to risk management. This RFI serves to facilitate government procurement while ensuring that devices are effectively supported and maintained throughout their lifecycle.
This document outlines the Critical Operational Device Specifications (CODS) required for the procurement of a Beckman Coulter MicroScan autoSCAN-4 system. It details both minimum and desired operational characteristics necessary for the device to be acceptable. Key requirements include support for specific positive and negative panels, operation on designated voltage and frequency, and the provision of a compatible LabPro computer with Windows 11. Logistical specifications also emphasize the necessity for quality control materials, customer training, and specific service parts to ensure optimal functioning. While additional performance parameters are noted as desirable but not essential, such as enabling Common Access Card (CAC) functionality, the primary focus remains on the critical specifications. This CODS document serves as a guideline for vendors responding to government requests for proposals (RFPs), ensuring that all submissions meet established standards. The combination of operational and logistical specifications reflects the government's commitment to obtaining reliable and effective laboratory systems for medical use.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Molecular Diagnostics Analyzer and Reagents for detection of the Antibodies and Pathogens
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for a contract to provide a Molecular Diagnostics Analyzer and Reagents for the detection of antibodies and pathogens, including Herpes simplex virus (HSV 1 and 2), congenital cytomegalovirus (CMV), Candida auris, and Varicella Zoster Virus (VZV). The procurement aims to enhance diagnostic capabilities at the Joint Base Lewis McChord Health Contracting Branch by acquiring FDA-approved systems that can perform qualitative nucleic acid amplification testing (NAAT) with rapid results and minimal downtime. This initiative is critical for improving patient care and operational efficiency in public health laboratories. Interested parties are encouraged to submit their capabilities statements and relevant information to Cindy Means at cindy.j.means.civ@health.mil by the specified deadline, as this sources sought notice is for market research purposes and does not constitute a formal solicitation.
Transfusion Services
Buyer not available
The Department of Defense, through the Medical Regional Contracting Office-West (MRCO-W), is seeking potential sources for a software solution to manage tracking and tracing of biologic and non-biologic implants at Brooke Army Medical Center. The procurement requires licenses for 70 individual users to access the Tracs4Life system, with a performance period from September 1, 2025, to August 31, 2026, and four optional renewal years. This software is crucial for maintaining compliance with regulatory standards set by organizations such as TJC, CAP, AABB, and the FDA for tissue specimen management. Interested parties must submit their responses, including company identification and a ten-page capability statement, by 4:00 PM CST on May 1, 2025, to Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
Automated Microbial Identification System
Buyer not available
The U.S. Embassy in Tbilisi, Georgia, is soliciting bids for an Automated Microbial Identification System, specifically the VITEK® MS PRIME or a similar model. This procurement aims to enhance laboratory operations by acquiring a reliable and efficient system for microbial identification, which is crucial for public health and safety. The solicitation process will commence on April 8, 2025, and conclude on April 29, 2025, with a focus on ensuring compliance with federal regulations, including cybersecurity and anti-discrimination laws. Interested vendors must register with SAM, provide detailed technical specifications, and ensure their bids remain valid for 30 days post-closing; for further inquiries, contact Anna Kosinska at tbilisigsoprocurement@state.gov or Nana Bregvadze at BregvadzeN@state.gov.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
Pulse Oximeter-Fingertip (Non-Aeromedical Certified)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide Pulse Oximeter-Fingertip (Non-Aeromedical Certified) devices as part of a standardization initiative. This procurement aims to streamline the acquisition of medical supplies for Military Treatment Facilities (MTFs) across the Army, Navy, and Air Force, with an estimated annual demand of approximately $107,760. Vendors must be listed on the Qualified Suppliers List (QSL) MW-2406-38 and submit detailed pricing quotes that include discounts off established Distribution and Pricing Agreements (DAPA) by the deadline of May 1, 2025, to ensure compliance and eligibility for selection. Interested vendors can direct inquiries and submissions to Mr. Arthur B. Redmond at arthur.b.redmond.ctr@health.mil or Mr. David Sheaffer at david.v.sheaffer.ctr@health.mil.
Urinalysis Reagents and Consumables w/Leased Analyzer for Fort Sill, OKklahoma
Buyer not available
The Department of Defense is preparing to issue a solicitation for a firm fixed-price contract to supply Urinalysis Reagents and Consumables, along with a leased analyzer, for the Reynolds Army Health Clinic located in Fort Sill, Oklahoma. This procurement is structured on a cost per reportable result basis, emphasizing the importance of timely and adequate delivery of supplies to meet the healthcare needs of the clinic. The goods and services sought are critical for conducting urinalysis, which plays a vital role in patient diagnostics and healthcare management. Interested vendors should note that the solicitation is anticipated to be released around April 28, 2025, and can contact MEDCOM at karan.e.quiles.civ@health.mil or by phone at 254-288-8000 for further information.
Microbial Testing Supplies - Bridge Contract
Buyer not available
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.
Vitek Lab Analyzers Replacement - VISN 23
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of Vitek Lab Analyzers within the VA Midwest Health Care Network (VISN 23). This procurement aims to upgrade existing microbiology equipment to enhance patient care and laboratory efficiency by providing advanced microbial identification and blood culture analyzers. The selected contractor will be responsible for delivering brand new equipment, installation support, staff training, and a one-year warranty, ensuring compliance with FDA approval and industry standards. Interested contractors must submit their quotes via email to Contract Specialist Amanda Patterson-Elliott by May 19, 2025, with technical questions due by May 12, 2025.