Immunohistochemistry (IHC) Platform
ID: W81K0224Q0091Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting quotations for an Immunohistochemistry (IHC) Slide Staining Platform and related supplies for the Madigan Army Medical Center (MAMC) in Tacoma, WA. The procurement aims to acquire an automated Roche/Ventana Benchmark Ultra IHC platform along with necessary antibody stains and reagents to support the Anatomic Pathology mission, with a contract value of $216,810 for a period from October 1, 2024, to June 30, 2025. This initiative is critical for enhancing laboratory capabilities while ensuring compliance with regulatory standards, including FDA approval for all products. Interested offerors must submit their proposals by September 20, 2024, and can direct inquiries to Matthew Kohler at matthew.e.kohler2.civ@health.mil or George Rutt at george.r.rutt.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a memorandum detailing a contract action by the Medical Health Contracting Office – Pacific for Madigan Army Medical Center (MAMC) in Tacoma, WA, to procure automated Immunohistochemistry (IHC) slide staining platforms and associated services. The contract, valued at $216,810, is a firm fixed price agreement specified for a period from October 1, 2024, to June 30, 2025. The purchase is considered a brand name buy, necessitated by the exclusive requirement for Roche/Ventana Benchmark Ultra units due to user training limitations. MAMC has budgetary constraints that prevent the retraining of personnel for alternative platforms until 2025. However, other required supplies can be sourced from any brand that meets the necessary specifications. The action is justified under FAR 13.106-1(b) for limited competition based on brand name requirements, noting that competition exists within market research for other items involved. The memorandum is signed by both the Technical Point of Contact and the Contracting Officer, affirming the rationale behind the brand name limitation and ensuring the action's compliance with procurement standards. This procurement strategy underlines the government's commitment to operational efficiency within the specified logistical constraints.
    The Corporate Experience Data Sheet (W81K0224Q0091) is a crucial document that outlines an offeror’s background and capabilities in fulfilling government contracts. It requires the offeror to provide essential information, including the contract number, period of performance, non-government customer details, and references for verification. Additionally, the form calls for a concise narrative detailing the work completed relevant to the contract, which serves to demonstrate the offeror’s experience and competence. This document is part of the required submissions for federal government requests for proposals (RFPs), federal grants, and state and local RFPs, intending to assess bidders' qualifications for potential contracts. By gathering comprehensive corporate experience data, this form helps officials make informed decisions based on past performance and reliability in similar projects, ensuring the selected contractor meets the governmental standards for quality and accountability.
    The Performance Work Statement (PWS) outlines the requirements for an automated Immunohistochemistry (IHC) staining platform to support Anatomic Pathology at Madigan Army Medical Center, Tacoma, WA. The contractor is responsible for providing the IHC platforms, associated reagents, supplies, and maintenance services, ensuring optimal operational functionality. Key tasks include installing the equipment, conducting operator training, optimizing staining processes, and meeting regulatory standards in quality assessment and control. The platforms must be FDA-approved, with the capability to handle various antibody stains and provide simultaneous operations for IHC and in-situ hybridization. Ongoing maintenance, troubleshooting, and emergency repair services must be provided at no extra cost to the government. Additionally, all staff involved must complete mandatory security and operations training related to Department of Defense policies. Delivery and installation of the IHC platforms are expected within 30 days post-award to initiate validation, with data management systems included for operational control and oversight. An estimated workload for various stains over the contract term is provided, emphasizing the need for timely delivery and quality assurance in all aspects of service. Overall, the PWS emphasizes the government's commitment to maintaining high standards in medical diagnostics through reliable and efficient staining technology.
    The document is a Request for Quotation (RFQ) identified as W81K0224Q0091, soliciting quotations for Immunohistochemistry (IHC) Slide Staining Platform/s and related supplies for the Madigan Army Medical Center. The contract, lasting nine months, aims to provide an automated Roche/Ventana Benchmark Ultra IHC platform, along with various antibody stains and reagents necessary for the Anatomic Pathology mission. The solicitation outlines specific requirements, including technical qualifications of the offerors, pricing, delivery timelines, maintenance obligations, and compliance with regulatory standards, including FDA approval for all products. Offerors are expected to submit detailed proposals demonstrating their ability to meet the outlined specifications and provide past performance documentation. The selection process will prioritize the lowest price that meets or exceeds technical acceptance over other factors. A clear timeline for quote submission is established, with all proposals due by September 20, 2024. This procurement reflects the government's intention to enhance laboratory capabilities while adhering to regulatory compliance and ensuring the delivery of high-quality medical services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Chemistry Molecular Cost Per Reportable Results
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Chemistry/Immunoassay Analyzers, Reagents, and related services at the Dwight D. Eisenhower Army Medical Center located in Fort Gordon, Georgia. The procurement aims to support military healthcare operations by providing essential medical diagnostic equipment and reagents, particularly for laboratory tests focused on sexually transmitted infections, including Chlamydia trachomatis, Neisseria gonorrhea, and Human Papilloma Virus (HPV). This contract, expected to be awarded as a Firm Fixed Price agreement, includes installation, training, and ongoing maintenance, with proposals due by September 20, 2024. Interested vendors should direct inquiries to Jacquetta White at jacquetta.o.white.civ@health.mil or Sebrena L. Lane at sebrena.l.hackleylane.civ@health.mil for further details.
    Hematology System Cost Per Reportable
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking proposals for the procurement of two fully automated Hematology Systems for the 633rd Medical Group at Langley AFB, Virginia. The systems must perform a range of hematology tests, including complete blood counts and body fluid analyses, while integrating seamlessly with the existing Laboratory Information System (LIS). This procurement is crucial for enhancing operational efficiency in military healthcare, ensuring compliance with regulatory standards, and providing high-quality laboratory services. Interested contractors must submit their proposals electronically by September 20, 2024, and direct any questions to Karl Molina at karl.o.molina.civ@health.mil by September 12, 2024.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    Hitachi HT7800 Transmission Electron Microscope
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of a Hitachi HT7800 Transmission Electron Microscope. This acquisition aims to support the development of antibody therapeutics and the design of vaccines and antivirals, which are critical for ongoing research at the Vaccine Research Center (VRC). The procurement is governed by FAR Simplified Acquisition Procedures, and the selected vendor will be required to deliver the microscope within 30 days of award, with installation and training to be completed by March 25, 2024. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation.
    Laboratory Diagnostic Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Army National Guard (MA ARNG), is seeking qualified vendors to provide laboratory diagnostic services for its personnel from September 30, 2024, to September 29, 2025. The contractor will be responsible for delivering comprehensive blood and urine laboratory services, including staffing, equipment, and adherence to strict quality control measures, ensuring timely collection, transportation, and testing of samples. These services are crucial for maintaining the health readiness of soldiers, as they must meet specific medical requirements for duty. Interested small businesses must submit their quotes via email by the specified deadline, and further inquiries can be directed to Lacy Phongsaly at lacy.r.phongsaly.civ@army.mil or Lars Bernard at jeffrey.l.bernard6.civ@army.mil. The solicitation number for this opportunity is W912SV-24-Q-0024.
    Scott AFB Hematology Analyzer Lease
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting quotes for the lease of a fully automated hematology analyzer at Scott Air Force Base, Illinois, with a contract period from October 1, 2024, to September 30, 2025, and options for two additional years. The procurement aims to provide the 375th Medical Group with a hematology analyzer capable of performing complete blood counts (CBC) and reticulocyte counts, along with an Uninterrupted Power Source (UPS) to ensure continuous operation. This equipment is crucial for delivering high-quality laboratory testing services to military personnel, supporting effective health services within the Department of Defense. Interested vendors must submit their quotes electronically by September 23, 2024, and can direct inquiries to Christopher Comish at christopher.j.comish.civ@health.mil or by phone at 210-952-8620.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    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.
    CHEMISTRY AND IMMUNOASSAY TESTING PROGRAM
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is planning to issue a sole source award contract to Roche Diagnostics Corporation for the Chemistry and Immunoassay Testing Program. This program is intended to sustain the use of three Chemistry and Immunochemistry Systems under a Cost Per Reportable Result (CPRR) agreement or Cost Per Reagent Pack. The program includes equipment, reagents, tools, materials, training, and a water purification system, Uninterruptible Power Supply (UPS), and services necessary to meet the Chemistry and Immunochemistry testing and analysis requirements for Walter Reed National Military Medical Center (WRNMMC) laboratories. The anticipated period of performance is five years.
    Microbiology Supplies and Reagents at U.S. Naval Hospital Guam
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide microbiology supplies and reagents for the U.S. Naval Hospital in Guam. The procurement includes essential quality controls and reagents necessary for laboratory testing operations, with a delivery period from October 1, 2024, to September 30, 2025, and options for four additional years. This acquisition is critical for maintaining public health and ensuring reliable access to diagnostic tools within the military healthcare system. Interested contractors must submit their quotes electronically by 9:00 AM PDT on September 19, 2024, and can direct inquiries to Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil.
    Leica Microscopes and Camera Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Criminal Investigation Laboratory (USACIL), is seeking to procure two Leica FS C Comparison Microscopes and two Leica K3C Microscope Camera Systems through a combined synopsis/solicitation. This procurement aims to fulfill critical needs in forensic analysis, particularly in firearms examinations, ensuring operational efficiency and safety by maintaining uniformity with existing laboratory equipment. The total estimated cost for this sole-source procurement is $295,222.39, with offers due by September 12, 2024, and delivery expected by September 30, 2024, to Fort Gillem, Georgia. Interested vendors can reach out to Tia Askew at tia.j.askew.civ@army.mil or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil for further information.