Hematology Analyzer
ID: HT941025Q2053Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the installation of a Hematology Analyzer and associated equipment at the Clinical Laboratory located at Los Angeles Air Force Base in El Segundo, California. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, and compliance with safety and environmental standards, including installation, training for laboratory staff, and ongoing maintenance and support for the analyzer. This procurement is crucial for enhancing the laboratory's diagnostic capabilities, with the contract expected to cover a five-year period from June 2026 to June 2030. Interested vendors should submit their proposals electronically, demonstrating compliance with technical specifications and pricing requirements, and may contact Danielle M Zulfer or Jane Pamintuan for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for the installation of a Hematology Analyzer at the Clinical Laboratory of Los Angeles AFB. The contractor must supply all necessary personnel, equipment, and materials while complying with relevant safety and environmental standards. Key specifications for the analyzer include processing up to 55 samples per hour, automated sample loading, and substantial storage capacity for patient data. The project requires the contractor to notify the government in advance of installation, provide a certified installation and clinical application specialist, and conduct system validation. Training for laboratory staff is mandated, encompassing initial and option year sessions. The service agreements entail regular maintenance, technical support, and provision of all essential reagents and consumables, adhering to strict quality control. Furthermore, contractors must manage hazardous waste disposal responsibly and ensure compliance with local environmental regulations. The installation process must maintain a clean work environment, and contractor personnel are required to adhere to safety protocols in potentially infectious areas. This document exemplifies federal procurement procedures that emphasize adherence to health standards and operational efficiency in governmental operations.
    The document outlines a pricing worksheet for a federal Request for Proposal (RFP), specifically HT941025Q2053, relating to the acquisition of Hematology Analyzers over a five-year period, from June 1, 2026, to June 1, 2030. The worksheet includes multiple line items, each representing a single Hematology Analyzer in accordance with the specifications detailed in the accompanying Statement of Work. The key component of the document is the structured pricing format, which necessitates the input of unit and total prices for various option years associated with the procurement. The format includes placeholders for quantities and prices while requiring a consolidation of total costs. This document indicates that the RFP process is intended to obtain essential medical diagnostic equipment, thus highlighting the government’s initiative to maintain and potentially enhance healthcare infrastructure through strategic acquisitions. The coherent structure supports the clear presentation of costs associated with the device procurement, emphasizing the importance of accurate pricing in fulfilling federal contracting regulations.
    The Defense Health Agency Contracting Activity is seeking quotes for the installation of a Hematology Analyzer and associated equipment at the Clinical Laboratory in Los Angeles Air Force Base, California. The procurement, numbered HT941025Q2053, is an unrestricted solicitation under Federal Acquisition Regulation guidelines, encouraging full competition among contractors. Required items include hematology reagents and consumables, with delivery dates scheduled from June 2026 to June 2030. Interested vendors must demonstrate compliance with technical specifications, delivery capabilities, and pricing, with preference given to those offering acceptable technical capabilities and satisfactory delivery performance. Quoters are instructed to submit documentation electronically and must adhere to defined formatting requirements. Critical evaluation factors include technical capability, delivery timing, and pricing analysis, emphasizing the need for a comprehensive understanding of the solicitation's requirements. The document details various compliance clauses and the applicable FAR and DFARS regulations. The structure is systematic, outlining specific requirements, evaluation criteria, and submission instructions for potential contractors while ensuring adherence to safety and operational standards within the Department of Defense framework.
    Lifecycle
    Title
    Type
    Hematology Analyzer
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Chemistry Analyzers for Naval Hospital Yokosuka
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure five chemistry analyzers for the Naval Hospital Yokosuka in Japan. The analyzers must meet specific technical requirements, including a Laboratory Information System with bidirectional interface capabilities, the ability to process various sample types, and features for critical value notifications, among others. These analyzers are crucial for efficient laboratory operations, enabling the hospital to manage a high volume of samples—up to 100,000 annually—while ensuring timely and accurate diagnostics. Interested vendors can reach out to Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeffrey Collins at JEFFREY.P.COLLINS20.CIV@HEALTH.MIL for further details.
    Coagulation Analyzers for Naval Hospital Yokosuka and Branch Clinic Iwakuni
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure three coagulation analyzers and associated reagents for the Naval Hospital Yokosuka and Branch Clinic Iwakuni in Japan. The analyzers must meet specific technical requirements, including Laboratory Information System connectivity, a Windows 11 user interface, and the capability to perform various coagulation tests, while adhering to size and power limitations due to laboratory constraints. These analyzers are critical for ensuring timely and accurate diagnostic capabilities in a military healthcare setting. Interested vendors should contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details, with a delivery, installation, and validation deadline set for July 1, 2023.
    The Medical Readiness Contracting Office West (MRCO -W) is issuing this Sources Sought for a cost-per-reportable-result agreement to conduct hematology testing for the CBC, Reticulocyte counts, and Body Fluid Count in support of the BAMC.
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West (MRCO-W), is seeking sources for a cost-per-reportable-result agreement to conduct hematology testing, including CBC, Reticulocyte counts, and Body Fluid Counts, in support of the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to provide fully automated hematology analyzers and associated reagents, consumables, and quality control materials to meet the laboratory's operational needs, with an annual testing volume of approximately 194,981 tests across various locations. This opportunity is critical for maintaining the laboratory's capacity to deliver timely and accurate hematological analyses, ensuring high-quality patient care. Interested vendors must submit their responses by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    LIMITED SOUCES JUSTIFICATION FOR ROCHE DIAGNOSTICS
    Dept Of Defense
    The Department of Defense, specifically the Naval Medical Center San Diego, is seeking to procure an automated clinical chemistry laboratory analyzer and associated supplies from Roche Diagnostics Corporation on a limited source basis. This procurement is essential to ensure uninterrupted patient care while transitioning to a new health information system, MHS Genesis, which requires the integration and validation of the new analyzer system. The estimated contract value is $749,000 for a six-month period, from January 10, 2023, to June 30, 2023, with the primary contact for inquiries being Dernell Wade at dernell.w.wade.civ@mail.mil or 702-881-8104.
    Blood Bank Analyzer and Reagents
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is awarding a sole source contract for a Blood Bank Analyzer and associated reagents to be utilized at the David Grant Medical Center located at Travis Air Force Base, California. This procurement is essential for medical laboratory testing, ensuring the facility has the necessary equipment to support blood bank operations. The contract will be managed by the 60th Contracting Squadron, with the primary contacts being Erika Scofield and Roberto Escobedo, who can be reached via email or phone for further inquiries. Interested parties should note that the justification for this sole source award is attached for review.
    Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The procurement aims to acquire a comprehensive chemistry and immunochemistry system that meets stringent technical, operational, and service requirements, including FDA approval, CLIA and CLSI precision standards, and 24/7 technical support. This equipment is critical for performing a wide range of diagnostic tests, ensuring compliance with security regulations, and maintaining high standards of patient care. Interested parties must submit a Statement of Capability by November 18, 2025, and should contact MEDCOM at karan.e.quiles.civ@health.mil for further information.
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The contractor will be responsible for analyzing blood and urine samples collected by the Government, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is critical for maintaining the health and readiness of National Guard personnel, and the contract will span a five-year period. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines. For further inquiries, contact Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Life Technologies AB Assurance Maintenance Warranty Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a Life Technologies AB Assurance Maintenance Warranty Plan for the U.S. Army Criminal Investigation Laboratory (USACIL) and the Forensic Exploitation Department (FXD). This non-personnel services contract requires annual preventive maintenance and repair of Life Technology instruments, ensuring compliance with FBI Quality Assurance Standards and ISO 17025 for effective DNA processing. The contractor will be responsible for all necessary personnel, equipment, and supplies, while the government will provide certain facilities and materials. Interested parties can contact Maria Campbell at maria.campbell14.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil for further details. The contract is set to commence on January 1, 2026, and run through December 31, 2026.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    Sole Source - Urine Analyzers for NHCH
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure automated urine laboratory analyzers and associated supplies for the United States Naval Health Clinic Hawaii (NHCH) and Branch Health Clinic Kaneohe Bay. This procurement includes reagents, quality control, maintenance, and consumables, specifically two automated urine analyzers, which are critical for enhancing diagnostic capabilities in military healthcare settings. The contract has been awarded as a firm-fixed-price, sole source to Beckman Coulter, Inc., following the Simplified Acquisition Procedures due to a lack of additional interest from other parties. For further inquiries, interested parties can contact Michelle Sanders at michelle.e.sanders6.civ@health.mil or by phone at 210-952-8481.