Notice of Intent to Sole Source Immunoassays
ID: USUHS_NoticeOfIntent_ImmunoassaysType: Special Notice
Overview

Buyer

DEPT OF DEFENSEUNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS)USUHSBETHESDA, MD, 20814-4712, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 8:00 PM UTC
Description

The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 9:06 PM UTC
The Uniformed Services University of the Health Sciences (USU) plans to award a sole-source contract to Meso Scale Diagnostics, LLC for immunoassays targeting proinflammatory and neurological analytes. This decision is based on Meso Scale's exclusive V-PLEX® technology, which is compatible solely with their own Imager instruments, currently utilized by USU. The justification for this sole-source procurement highlights that alternative immunoassays would not work with USU's existing equipment, making it economically impractical to switch to another supplier. The notice invites any interested parties to submit competitive bids, provided they can convincingly demonstrate that competition would be beneficial and feasible for the Government. Responses are required via email by a specified deadline. This procurement highlights USU’s commitment to providing quality health education and research capabilities, essential for supporting military medical readiness.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
Drug Testing Kits
Buyer not available
The Department of Defense, specifically the Marine Corps Recruiting Command, is seeking proposals for the provision of single-use instant drug testing kits to be utilized at Military Entrance Processing Stations (MEPS) during the enlistment process. The kits must meet specific drug detection parameters, including testing for various substances at designated cutoff levels and incorporating built-in validity tests. This procurement is crucial for standardizing drug testing processes within military enlistment, ensuring compliance with federal regulations and operational efficiency, with an estimated total requirement of 477,200 kits over a five-year period. Interested HUBZone small businesses must submit their proposals by May 2, 2025, and can direct inquiries to Dedriene Green at dedriene.l.green.civ@usmc.mil or Kacy Mohead at kacy.m.mohead@usmc.mil.
Using Protease Cascades to Detect Protein Targets
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to award a sole source contract to Potomac Affinity Proteins, LLC for the development and testing of a protease cascade designed to detect protein targets in environmental samples. This innovative research requirement involves the use of target-specific antibodies or related ligands to aggregate protein targets and initiate a signal cascade, which is critical for advancing biotechnology applications in health and safety. The contract will be awarded without further competition unless other capable sources respond by the deadline of 12:00 PM EST on May 6, 2025, with evidence of their ability to meet the requirements. Interested parties should direct their inquiries to Tara Borntreger at tara.j.borntreger.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil.
Surgical Microvascular Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Synovis Micro Companies Alliance, Inc. for the procurement of specialized surgical instruments, specifically the Surgical Micro-vascular Anastomotic GEM Coupler, Clamp, and Clips, which are exclusively available from this supplier. This procurement supports the Main Operating Room Department at Walter Reed National Military Medical Center in Bethesda, Maryland, highlighting the critical need for these unique medical devices in surgical procedures. Interested parties may express their interest and capabilities by emailing the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a deadline for responses set for 10:00 AM EST on April 29, 2024. This opportunity is categorized under a Total Small Business Set-Aside, and the contract will be awarded under the authority for Other than Full and Open Competition.
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
Advanced Instruments, LLC Osmo Pro Max.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price sole source purchase order to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
Molecular Diagnostics Analyzer and Reagents for detection of the Antibodies and Pathogens
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for a contract to provide a Molecular Diagnostics Analyzer and Reagents for the detection of antibodies and pathogens, including Herpes simplex virus (HSV 1 and 2), congenital cytomegalovirus (CMV), Candida auris, and Varicella Zoster Virus (VZV). The procurement aims to enhance diagnostic capabilities at the Joint Base Lewis McChord Health Contracting Branch by acquiring FDA-approved systems that can perform qualitative nucleic acid amplification testing (NAAT) with rapid results and minimal downtime. This initiative is critical for improving patient care and operational efficiency in public health laboratories. Interested parties are encouraged to submit their capabilities statements and relevant information to Cindy Means at cindy.j.means.civ@health.mil by the specified deadline, as this sources sought notice is for market research purposes and does not constitute a formal solicitation.
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.
Master BPA - Tissue Staining Chemical Analyzer and Services
Buyer not available
The Defense Health Agency (DHA) is conducting a sources sought announcement for the procurement of tissue staining chemical analyzers and associated services, specifically targeting the Walter Reed National Military Medical Clinic in Bethesda, Maryland. The agency seeks to acquire commercial items, including the Bench Mark Ultra, Bench Mark Ultra Plus, and Ventana HE 600 analyzers, along with necessary reagents and operational services to ensure proper functionality. These analyzers play a critical role in laboratory diagnostics, enhancing the capabilities of healthcare providers within the military medical system. Interested parties are encouraged to submit non-proprietary capabilities statements by April 28, 2025, at 09:00 AM EST, with inquiries directed to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or Faatalivale Te’o-Lewis at Faatalivale.m.teo-lewis.civ@health.mil.