Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC), Germany
ID: W9114F25QA019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EUROPEAPO, AE, 09180-0402, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC) in Germany. The procurement aims to ensure compliance with College of American Pathologists (CAP) standards while delivering a wide range of laboratory tests, including timely reporting of results within 72 hours of specimen receipt. This contract is crucial for maintaining high-quality healthcare services for U.S. military personnel and their families stationed in Europe. Interested parties should contact Henning Mayer-Goldstein at henningfalk.mayer-goldstein.ln@health.mil or Matthew R. Elden at matthew.r.elden.civ@health.mil for further details, with the contract period set from May 2025 to April 2026.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract with the Department of Pathology and Area Laboratory Services (DPALS) at Landstuhl Regional Medical Center (LRMC). The contractor is responsible for providing local laboratory reference testing, ensuring compliance with College of American Pathologists (CAP) standards and maintaining CAP accreditation throughout the contract period. Key responsibilities include offering specified testing capabilities, managing courier services for specimen collection and transport, and providing timely reporting of test results within 72 hours of specimen receipt. The contractor must ensure quality control, manage personnel qualifications, and maintain communication regarding any discrepancies or delays in testing. The PWS emphasizes safety, security, and compliance with applicable federal regulations, requiring the contractor and their employees to undergo necessary training and maintain confidentiality of patient information. The government will facilitate specimen collection and provide labeling and necessary documentation, while the contractor is accountable for service quality and regulatory adherence. This document serves as a vital framework for the partnership, detailing both parties' responsibilities in delivering laboratory services efficiently and effectively.
    This document outlines the contractor's responsibilities regarding the handling of Personally Identifiable Information (PII), Protected Health Information (PHI), and adherence to federal regulations including the Privacy Act of 1974, the Freedom of Information Act (FOIA), and HIPAA. It describes compliance requirements for managing PII/PHI, the procedures for responding to FOIA requests, and the necessary steps for maintaining records in accordance with federal law. The contractor is required to identify systems of records that contain PII, conduct Privacy Impact Assessments (PIAs), and establish Data Sharing Agreements (DSAs) for accessing DHA data. Mandatory training on privacy regulations is stipulated for all personnel involved. The response protocols for breaches of PII/PHI include immediate reporting, comprehensive investigations, and prompt notification to affected individuals. The document emphasizes the importance of compliance with privacy regulations and outlines the process for incident reporting, including specific timelines for communications regarding breaches. Its core purpose is to ensure that contracts involving sensitive information remain compliant with privacy laws, thereby safeguarding individuals' rights and maintaining data integrity within the Department of Defense framework.
    The document outlines guidelines for foreign government contractors seeking installation access within the U.S. Army in Europe, as per Army in Europe Regulation 190-16. It defines a foreign contractor, establishes the access pass's validity period (three years or until supporting documents expire), and details the responsibilities of sponsors, including contracting officer representatives. Background checks are mandated for all contractors, with specific requirements based on citizenship and residency. Additionally, work permits are necessary for non-EEA nationals, along with stipulations regarding authorized access, days, and times at military installations. Visitor sponsor privileges are explicitly stated, while security conditions during varying Force Protection Conditions (FPCON) levels are clarified. The primary objective is to maintain security while ensuring essential functions can be performed by contractors supporting U.S. military operations in Europe.
    The document outlines a Request for Proposal (RFP) for Clinical Reference Laboratory Testing Services (Solicitation Number W9114F25QA019) set to commence on May 1, 2025, and running through April 30, 2026. The primary focus is on soliciting quotes for a wide array of laboratory tests required over specific periods, with pricing structures noted for each test. Relevant providers are required to detail their charges which consist of gross and net unit prices, along with discounts and historical quantities of tests performed in 2024. The document systematically lists numerous laboratory tests—ranging from biochemical assays to specific immunological panels—indicating the minimum required quantities for each test. This comprehensive array highlights the wide-ranging needs for clinical testing as part of the federal government’s healthcare initiatives. The document serves not only as an instrument for procurement but also underscores the logistical and operational frameworks necessary for maintaining public health service standards, thereby ensuring accurate and timely medical testing support for various healthcare endeavors.
    This document outlines a solicitation for the provision of Clinical Reference Laboratory Testing Services by a Women-Owned Small Business (WOSB) under the requisition number W9114F25QA019. The contract is effective from May 2025 to April 2026, with the services to be delivered to Landstuhl Regional Medical Center in Germany. It specifies attachment details, performance work statements, and the types and quantities of testing services required, along with their corresponding pricing arrangements, all set at a firm-fixed price. The solicitation includes essential procedural information for bidders, including contact details for queries, submission deadlines, and referenced federal clauses and terms related to contract execution. Moreover, it mandates that invoices be electronically submitted and outlines the payment process, which includes considerations for late payments, potential overpayments, and conditions under which adjustments can be requested. Compliance with federal regulations, including tax obligations and ethical conduct under government contracts, is also emphasized. This document serves as a formal request for offers from eligible businesses, establishing clear guidelines for the procurement of medical laboratory services within federal government frameworks.
    Lifecycle
    Similar Opportunities
    Microbiological Identification/Susceptibility (ID/AST) testing support for the Landstuhl Regional Medical Center (LRMC), Germany
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors to provide microbiological identification and susceptibility testing support for the Landstuhl Regional Medical Center (LRMC) in Germany. The procurement involves a five-year contract for the delivery, installation, maintenance, and repair of an Organism Sensitivity and Identification System, along with necessary reagents and supplies, adhering to Clinical Laboratory Improvement Amendments guidelines. This testing support is crucial for ensuring accurate diagnostics and effective treatment protocols within military medical facilities. Interested contractors should contact Henning Mayer-Goldstein at henningfalk.mayer-goldstein.ln@health.mil or Matthew R. Elden at matthew.r.elden.civ@health.mil for further details, and must comply with the submission requirements outlined in the solicitation documents, with deadlines specified in the amendment.
    OCONUS Hematology Support
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for OCONUS Hematology Support under a Combined Synopsis/Solicitation notice. The procurement involves providing automated hematology analyzers, reagents, maintenance, and training across multiple U.S. Army Medical facilities in Europe, operating on a Cost Per Reportable Result (CPRR) basis. This initiative is crucial for enhancing clinical capabilities and ensuring high-quality healthcare services for military personnel, with a contract period from May 1, 2025, to September 30, 2029. Interested vendors should note that the contract will be awarded on March 1, 2025, and are encouraged to contact Henning Mayer-Goldstein at henningfalk.mayer-goldstein.ln@health.mil or Matthew R. Elden at matthew.r.elden.civ@health.mil for further details.
    Q301--36C26125Q0190 | Reference Lab Testing Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide comprehensive Reference Laboratory Testing Services for the Sacramento VA Medical Center. The procurement aims to secure a contractor responsible for specimen preparation, transportation, analytical testing, and reporting results, while ensuring compliance with regulatory standards and maintaining a valid chain of custody for clinical specimens. This opportunity is particularly significant as it supports the VA's commitment to delivering high-quality healthcare services to veterans, with a contract period spanning from April 2025 to March 2029. Interested small businesses, especially Service-Disabled Veteran-Owned and Veteran-Owned entities, must submit their responses, including capability statements and relevant certifications, by February 24, 2025. For further inquiries, potential contractors can contact LaDonna Collins at ladonna.collins@va.gov.
    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.
    PR ANG Medical Lab Services 5-year Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, specifically the Puerto Rico Air National Guard (PRANG), is seeking to establish a five-year Blanket Purchase Agreement (BPA) for recurrent Medical Laboratory Services to support the readiness operations of the 156th Medical Group. The contractor will be responsible for providing clinical laboratory tests, ensuring timely electronic reporting of results, and maintaining compliance with Department of Defense and Air Force standards, including OSHA and CLIA regulations. This BPA is crucial for unit members who require lab services during Regularly Scheduled Drills, with a total cap of $50,000 and individual orders not exceeding $1,000. Interested contractors must be registered in the System for Award Management and can contact Angel F. Solis at angel.solis.2@us.af.mil or Maj. Rolando Perez at rolando.perez.9@us.af.mil for further details.
    Q301--Reference Lab Services for Saginaw VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide reference laboratory services for the Saginaw VA Medical Center. This procurement involves a five-year Indefinite Delivery Indefinite Quantity contract aimed at delivering essential laboratory testing services for veterans across multiple facilities. The selected contractor will be responsible for specimen preparation, transportation, testing, and timely reporting of results, adhering to strict compliance with licensing, accreditation, and HIPAA regulations. Interested parties must contact Contract Specialist Morgan Stein at Morgan.Stein@va.gov and ensure they are registered with the System for Award Management (SAM) to participate in this opportunity.
    Laboratory Sampling and Analysis of Potable Water, Wastewater and Unknown Waste and Material at USAG Italy, DMC
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking proposals for laboratory sampling and analysis services related to potable water, wastewater, and unknown waste materials at the U.S. Army Garrison (USAG) Italy, Darby Military Community. The procurement aims to ensure compliance with both U.S. and Italian environmental regulations, emphasizing the importance of maintaining public health and environmental safety through rigorous testing and analysis protocols. This contract is particularly significant as it supports the operational needs of the military installation while promoting participation from Woman-Owned Small Businesses (WOSB) and Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB). Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Ketti Andrei at ketti.andrei2.ln@army.mil or Sonia Zanobini at sonia.zanobini2.ln@army.mil.
    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.
    Education Center RFI/SSN
    Buyer not available
    The Department of the Air Force is seeking input from potential providers for a non-personal services contract to serve as Education Services Test Administrators within U.S. Air Force units in the Kaiserslautern Military Community (KMC), Germany. The primary objective is to identify qualified sources capable of supporting various testing programs, including the Weighted Airmen Promotion System and Defense Language Proficiency Testing, while ensuring compliance with military regulations and maintaining testing integrity. Interested parties are encouraged to review the attached Statement of Work and submit a capability statement detailing relevant experience by February 26, 2025, to the primary contact, Darrell Hafer, at darrell.hafer.2@us.af.mil, or the secondary contact, A1C D'Anfernee Pugh, at danfernee.pugh@us.af.mil. This notice serves as a Sources Sought announcement for planning purposes only and does not constitute a request for proposal or commitment by the government.
    Histology
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking potential contractors to provide reagents, equipment, and services for high throughput specimen processing in an Anatomic Pathology Lab at the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to enhance capabilities in various staining techniques and image management, with a focus on integrating Laboratory Information Systems (LIS) to improve workflow efficiency from specimen receipt to archiving. This Sources Sought notice serves as a market research tool to evaluate the capacity of both small and large businesses, particularly those under socioeconomic categories such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses, to meet BAMC’s requirements. Interested parties must submit detailed capability statements by February 5, 2025, and any inquiries should be directed to Colleen Rye at colleen.m.rye.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.