Solicitation W81K00-25-Q-A019 for a Cost-Per-Test (CPT) Agreement to conduct testing for four (4) pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at BAMC.
ID: W81K00-20-P-0348Type: Combined Synopsis/Solicitation
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
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Cost-Per-Test (CPT) Agreement to conduct testing for four pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. Offerors are required to provide equipment, reagents, consumables, maintenance services, and telephonic support, ensuring compliance with cybersecurity and Risk Management Framework (RMF) requirements as outlined by the Defense Health Agency (DHA). This procurement is crucial for enhancing diagnostic capabilities and public health initiatives within military healthcare settings. Proposals are due by April 17, 2025, at 1:00 PM Central Standard Time, and interested parties should direct inquiries to Medina L. Woodson or 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
Mar 27, 2025, 9:05 PM UTC
The Department of Pathology and Area Laboratory Services (DPALS) at Brooke Army Medical Center (BAMC) is seeking a contractor for the provision of molecular testing equipment and related services to enhance microbial identification capabilities. The contractor will supply molecular analyzers, reagents, and maintenance support for various assays including blood culture identification, gastrointestinal, respiratory, and meningitis/encephalitis panels. The purpose is to improve diagnostic accuracy and clinical management for infections, leveraging nucleic acid amplification testing (NAAT) as a gold standard. The contract, effective from October 1, 2025, to September 30, 2026, with options extending through 2030, requires FDA-approved equipment that integrates with the MHS Genesis system. The contractor must also maintain a 98% operational uptime and deliver reagents swiftly, responding to inspection and acceptance protocols stipulated by the government. Security protocols are outlined, including compliance with local military regulations. Comprehensive customer support and training for laboratory personnel are also essential components of the contract, ensuring effective implementation and operation of the testing systems. This initiative emphasizes the government's commitment to advancing healthcare diagnostics through innovative technology and services.
The document outlines the Pricing Worksheet for a federal Request for Proposals (RFP) related to Pathogen Panel Testing. It includes detailed listings for various test panels, including the Blood Culture ID Panel, Gastrointestinal Panel, Meningitis/Encephalitis Panel, and Respiratory Panel, among others, alongside their respective warranty options. The structure is segmented into an Ordering Period for the Base Year, followed by four Option Years, each featuring the same panels and services. Each section specifies various items by Clinical Line Item Numbers (CLINs) and requires pricing information, including maximum quantities, unit prices, and total costs for each period. The total pricing for both the Base Year and all four Option Years is required, but specific prices and totals are left blank for offerors to fill in. This document serves as a framework for potential suppliers to submit their pricing proposals, ensuring standardization and clarity in what is being offered for public health initiatives related to pathogen testing. The focus is on obtaining comprehensive testing solutions with an option for extended warranties and compliance measures, highlighting the government's commitment to robust public health diagnostics.
Dec 3, 2024, 5:08 PM UTC
The document outlines requirements for a molecular diagnostic system intended for pathogen detection, emphasizing FDA-approved technologies. The system needs to fit a 5’ x 5’ space and complete all specified assays within 180 minutes. Key testing panels are listed, including Gastrointestinal (GI), Meningitis (ME), Blood Culture Identification (BCID), and Respiratory (RP) panels, with specific pathogens and organisms for detection. The workload data project consistent kit requirements over five years, detailing annual kits needed for each panel. This Request for Proposal (RFP) indicates a governmental effort to enhance diagnostic capabilities for infectious diseases, prioritizing speed, accuracy, and comprehensive pathogen coverage, essential for public health initiatives. The focus on a single platform for multiple pathogen tests illustrates a strategic approach to streamline laboratory workflow and improve responsiveness to potential outbreaks.
The document outlines a solicitation for a contract related to the acquisition of molecular infectious disease testing supplies and services for the Department of Pathology at Brooke Army Medical Center in JBSA - Fort Sam Houston, Texas. It specifies the requirements for pathogen testing under a Cost-per-Test (CPT) Agreement, which includes the provision of equipment, reagents, consumables, maintenance services, and telephonic support. The delivery schedule spans multiple years, with detailed specifications for various panels, equipment, and warranties. The solicitation emphasizes a firm fixed-price pricing arrangement and requires the contractor to ensure 24/7 diagnostic support alongside preventive maintenance to comply with original equipment manufacturer (OEM) standards. Additionally, the document outlines the inspection and acceptance procedures, specifying delivery address, point of contact, and logistics. The purpose of this RFP is to engage Women-Owned Small Businesses (WOSBs) and ensure compliance with federal procurement regulations, facilitating a structured response to the healthcare needs of military personnel. The solicitation follows a standard federal procurement format, evidencing the government’s approach to maintaining transparency and accountability in contracting processes.
The DHA Cyber Logistics Center of Excellence outlines comprehensive cybersecurity and Risk Management Framework (RMF) requirements for vendors supplying systems and software to the Defense Health Agency (DHA). The document specifies compliance with various cybersecurity standards, including patching, updates, and vulnerability mitigation, ensuring products meet the National Information Assurance Partnership (NIAP) standards. Vendors must include costs for maintaining the Authority to Operate (ATO) throughout the equipment lifecycle, including monitoring and updates. Detailed obligations are established regarding vulnerability assessments, mandatory scans using NESSUS, and timelines for documentation submission post-award. Privileged user training and compliance with federal cybersecurity laws, such as HIPAA and FISMA, are crucial. The structure of the document is divided into sections covering general requirements, specific RMF mandates, assessment timelines, and training protocols, supported by an appendix of relevant regulatory frameworks. Overall, the document aims to standardize cybersecurity expectations and compliance for entities engaging with the DHA, emphasizing accountability and security in handling sensitive information.
The Risk Management Cybersecurity Assessment Questionnaire is mandated by the Defense Logistics Agency Troop Support (DLA-TS) to evaluate cybersecurity compliance of medical devices per Federal, DoD, and DHA standards. Vendors must thoroughly complete the questionnaire, ensuring no fields are left unaddressed; any failure to comply may result in denial of an Authority to Operate (DATO). The document encompasses the technical assessment of medical devices, focusing on their capabilities in handling Electronic Protected Health Information (ePHI), including storage, processing, and transmission of sensitive data. Various sections require detailed information on data processing functions, operating systems, security measures, and compliance with cybersecurity principles of Confidentiality, Integrity, Availability, and Non-Repudiation. Additionally, it covers specific questions regarding the architecture, software applications, operational requirements, vulnerabilities, and security management practices, which are critical for achieving the necessary authorization. The questionnaire aims to ensure that all medical systems and devices are fully equipped to protect health information while facilitating efficient operations within the stringent regulations set forth by government entities, promoting enhanced cybersecurity in healthcare environments.
The document outlines various federal and state/local Requests for Proposals (RFPs) and grants aimed at addressing community needs across several sectors. It emphasizes the need for partnerships between government entities and private organizations or non-profits to facilitate funding aimed at enhancing public services, infrastructure, and community development. Key areas of focus include public health initiatives, education programs, and environmental conservation efforts. The document details application eligibility, funding limits, and evaluation criteria, underscoring the importance of innovation, community impact, and sustainability in proposals. The structure comprises clearly defined sections on objectives, application procedures, and timelines, encouraging potential applicants to carefully align their proposals with outlined goals. This emphasis on strategic alignment aims to maximize the efficacy of public funds, ensuring that investments yield meaningful benefits for communities targeted through these initiatives.
Similar Opportunities
Portacount Automated Test Facility (PATF) Specialized Equipment
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources to supply specialized equipment for the Portacount Automated Test Facility (PATF). The procurement includes four specific items: a Differential Mobility Analyzer, four modernized PortaCount Plus units, a Condensation Particle Counter, and an Electrostatic Classifier, all intended for shipment to the TMDE Support Center in Camp Carroll, Korea. This initiative is part of the Army's efforts to enhance its testing and diagnostics capabilities, ensuring operational readiness and compliance with military standards. Interested vendors are invited to submit white papers detailing their capabilities by April 18, 2025, and should direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Lisa Armes at lisa.s.armes.civ@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.
Notice of Intent to sole source for the Chemiluminescent immunoassay (CLIA) kits compatible with the government’s current CLIA instrumentation for the Brooke Army Medical Center (BAMC).
Buyer not available
The Department of Defense, specifically the US Army Medical Command, intends to establish a sole-source contract with Diasorin, Inc. for the procurement of Chemiluminescent immunoassay (CLIA) kits compatible with the existing CLIA instrumentation at the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. This contract aims to secure a cost-per-kit agreement that includes essential reagents, consumables, and controls necessary for conducting a range of infectious disease tests, thereby enhancing diagnostic efficiency and improving patient care through quicker and more accurate results. The total contract value is projected at $5,640,183.50 over a base year and four option years, with the contract initiation planned for October 1, 2025, pending funding availability. Interested parties can reach out to Medina L. Woodson at medina.l.woodson.civ@health.mil or by phone at 210-539-8525 for further inquiries.
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.
RapidComm
Buyer not available
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--LONG TERM PROCUREMENT- BASE PLUS 4 COST PER TEST IMMUNOASSAY INSTRUMENT
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide an immunoassay instrument for the VA Portland Health Care System (VAPORHCS) under a cost-per-test contract. The procurement aims to equip the facility with a testing system capable of assessing various health markers, including Vitamin D levels and immunity to several viruses, while also requiring the vendor to supply field service support, reagents, calibrators, controls, and training for an estimated volume of patient tests per month. This initiative underscores the VA's commitment to enhancing healthcare services for veterans through advanced diagnostic technologies. Interested parties must submit their proposals by April 11, 2025, and can contact Hector Gonzalez at HECTOR.GONZALEZ1@VA.GOV for further information.
Microbial Identification System (MIS)
Buyer not available
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.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services. This procurement aims to enhance the medical readiness of the Army by providing essential support in the procurement, management, and distribution of medical equipment and supplies. The services are critical for ensuring operational support and healthcare for military personnel, with performance expected to take place primarily at Fort Detrick, MD, and other military installations. Interested small businesses must submit their proposals by April 16, 2025, with a total contract value estimated at $20 million, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
BacT ALERT FA/FN Plus Culture Services
Buyer not available
The Department of Defense, through the Air Force Test Center at Eglin Air Force Base, intends to award a sole-source, firm-fixed-price contract to Biomerieux for the provision of reagents necessary for BacT/ALERT culture services. The procurement includes two specific items: CLIN 0001 for BacT Alert FA Plus and CLIN 0002 for BacT Alert FN Plus, each requiring quantities of 12, with a base year and four option years. These reagents are critical for in-vitro diagnostic applications, supporting essential functions in medical testing and analysis. Interested parties are encouraged to submit written responses by 9:00 am CDT on April 14, 2025, to assess the potential for competitive procurement, with inquiries directed to Christina A. Blair at christina.blair.3@us.af.mil.
BPA Call for Pathology Testing Services for Bassett Army Community Hospital, Fort Wainwright, Alaska
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office-Pacific, is seeking to award a Blanket Purchase Agreement (BPA) Call for pathology testing services at Bassett Army Community Hospital located in Fort Wainwright, Alaska. The procurement aims to secure firm-fixed price pathology testing services, with an estimated funding amount of $72,127.00, specifically under BPA W81K0224A0001, to be awarded to Pathology Consultants Inc. This service is crucial for maintaining the hospital's medical readiness and ensuring timely diagnostic capabilities. Interested vendors who believe they can meet the requirements are encouraged to submit supporting documentation to the primary contact, Tina Koike, at tina.w.koike.civ@health.mil, as this presolicitation notice is not a request for proposals and no solicitation will be issued.