Sources Sought Notice for a Cost-Per-Test (CPT) Agreement or Reagent Rental Agreement to conduct testing for four (4) pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at BAMC.
ID: W81K00-20-P-0348Type: 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
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 3, 2024, 12:00 AM UTC
  3. 3
    Due Dec 11, 2024, 7:00 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. The procurement includes the provision of reagents, instruments/equipment, consumables, controls, and necessary services such as maintenance of furnished equipment, highlighting the critical role of these pathogen panels in healthcare diagnostics. The deadline for proposal submissions has been extended to April 23, 2025, at 4:00 PM CST, and interested parties can reach out to Medina L. Woodson at medina.l.woodson.civ@health.mil or 210-539-8525 for further information.

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.
Apr 11, 2025, 8:08 PM UTC
The document addresses vendor inquiries related to Solicitation W81K00-25-Q-A019, focusing on the procurement of quality control (QC) materials and the terms for on-site repairs of instrumentation, specifically the Torch system. The government has specified annual quantities for the QC materials required from BioFire Defense, which includes multiple control panels and controls with defined box contents. The vendor inquires about the challenges of on-site repairs due to the system's nature, noting that while some minor repairs can be conducted, most repairs require factory services. The government acknowledges the current standards for replacement modules and emphasizes the need for timely deliveries of these components, alongside ensuring on-site support for software updates and minor repairs. This document illustrates key interactions between the vendor and the government regarding equipment maintenance and material procurement within the framework of RFP processes.
This document is an amendment to a government solicitation, providing critical updates for bidders involved in procurement processes. The key purpose of Amendment 0001 is twofold: it includes government responses to inquiries raised about the solicitation and extends the deadline for submission to April 23, 2025, at 4:00 PM CST. The document outlines the requirements for bidders to acknowledge receipt of the amendment to ensure their offers are considered valid. Additionally, terms and conditions of the original solicitation remain unchanged, emphasizing continuity in the procurement process. A notable addition is a "Questions and Answers" document, which has been provided under separate cover, indicating the government's commitment to transparency and clarity in communication with potential contractors. The format adheres to standard government procedures for amendments and modifications, ensuring all parties are adequately informed and can adjust their submissions accordingly. This document exemplifies the structured approach of federal solicitations, ensuring compliance and effective contract management throughout the bidding process.
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
Pathology Testing
Buyer not available
The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential vendors for pathology testing services to support the Alexander T. Augusta Military Medical Center (ATAMMC) in Fort Belvoir, Virginia. The procurement aims to secure a vendor capable of collecting surgical case blocks for processing, embedding, and slide preparation, with a strict turnaround time of 24-48 hours and an annual volume of approximately 5,000 cases. This testing service is crucial for accurate clinical diagnostics, as it involves the use of various Immunohistochemistry (IHC) markers, which are essential for pathology evaluations and research within government-funded healthcare initiatives. Interested parties must submit their capabilities statements by 9:00 AM EST on Tuesday, January 22, 2025, and can direct inquiries to Contract Specialist Pamela Renteria at pamela.i.renteria.civ@health.mil.
Sources Sought Notice- Reagents for Chemisty Immunoassays Test
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - West (MRCO-W), is seeking sources for a contract involving the supply of reagents for chemistry and immunoassay testing, along with the lease of two chemistry analyzers and two immunoassay analyzers. The procurement aims to enhance diagnostic capabilities at the William Beaumont Army Medical Center (WBAMC) by providing a customizable laboratory track line, which includes essential modules such as centrifuges, cappers, and a deionized water unit, ensuring reliable and efficient patient care. Interested vendors must submit tailored capability statements and relevant documentation by April 17, 2025, at 10 AM (MST) to the designated contacts, Fabiola Palma-Trujillo and Robyn Villafranco, via email. This opportunity is part of the government's market research and does not constitute a commitment to contract.
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.
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.
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.
Genetic Testing Services for Tripler Army Medical Center, HI
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - Pacific, is seeking qualified contractors to provide genetic testing services for the Tripler Army Medical Center in Hawaii. This procurement aims to establish a Blanket Purchase Agreement (BPA) for these services, which are critical for supporting the healthcare needs of military personnel and their families. The BPA will have a total not-to-exceed value of $500,000 and a performance period from September 8, 2025, to September 7, 2030, with quotes due by May 6, 2025, at 10:00 AM HST. Interested parties should contact Ms. Deborah Wada at deborah.n.wada.civ@health.mil or call 808-433-9520 for further details.
6640--BD MAX REAGENTS STL
Buyer not available
The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for BD MAX reagents and related supplies necessary for molecular testing on BD MAX instruments. The procurement is set aside entirely for small businesses and aims to ensure the availability of high-quality reagents and supplies that are compatible with BD MAX instruments, which are critical for the detection and extraction of nucleic acids. The BPA will cover one base year from May 1, 2025, to April 30, 2026, with three additional one-year ordering periods, and interested vendors must submit their proposals by April 14, 2025. For further inquiries, potential contractors can contact Contract Specialist Michael P. Murphy at michael.murphy7@va.gov or by phone at 913-946-1963.
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.
6550--BD MGIT Mycobacterium
Buyer not available
The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) for the BD Bactec MGIT 960 Mycobacterial Detections System, which is crucial for automated Tuberculosis testing across various VISN 1 facilities. This procurement encompasses a five-year agreement that includes the provision of necessary instrumentation, supplies, reagents, maintenance services, and training for VA personnel, ensuring uninterrupted laboratory operations and compliance with regulatory standards. The selected contractor will be responsible for delivering FDA-approved equipment capable of efficiently processing Mycobacterium tuberculosis samples while maintaining stringent security and operational standards. Interested vendors must submit their responses to Contract Specialist Sarah Otis at Sarah.Otis@va.gov by April 25, 2025, as this is a sole source procurement with no solicitation currently available.