Medical Reagents for USNH Okinawa
ID: DLAT-SP-25-SS-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORT INDO-PACIFICJBPHH, HI, 96860-3520, USA

NAICS

Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers (423450)
Timeline
  1. 1
    Posted Aug 30, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 30, 2024, 12:00 AM UTC
  3. 3
    Due Sep 29, 2024, 11:00 PM UTC
Description

The Defense Logistics Agency (DLA) Troop Support Pacific is conducting a sources sought announcement to identify local sources capable of providing medical laboratory reagents for the United States Naval Hospital (USNH) in Okinawa, Japan. The procurement involves the delivery of CLASS VIII medical laboratory reagents, including Ortho reagents and consumables compatible with VITROS 5600 Analyzers, along with necessary training and maintenance services for the equipment. This opportunity is critical for ensuring the availability of essential medical supplies and maintaining compliance with healthcare standards in a military setting. Interested parties must submit their qualifications and relevant information by September 30, 2024, to the primary contacts, Bradley Ah Nee and Arlene Renner, via email at bradley.ahnee@dla.mil and arlene.renner@dla.mil, respectively. The estimated contract value is under $5.4 million, covering a base period of 12 months with two optional periods.

Point(s) of Contact
Files
Title
Posted
Sep 3, 2024, 7:04 AM UTC
The document outlines a comprehensive list of reagents and testing components associated with the VITROS Chemical Analyzer, primarily designated for medical use. It includes diverse line items, such as chloride, potassium, sodium, and various other biochemical assays, indicating the specific unit of measure for each item, typically in boxes (BX) or packs (PK). Additionally, calibration kits and performance verifiers are detailed, emphasizing the importance of accurate testing in clinical settings. The content is structured systematically, listing each item with a unique ID, description, and packaging details. This documentation serves as a reference for procurement related to medical testing supplies under federal or state local requests for proposals (RFPs), highlighting the specificity and variety of medical reagent needs for laboratory operations. Overall, it reflects the critical nature of ensuring availability and compliance within healthcare infrastructures tied to government funding or grants aimed at improving health services.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Notice of Intent to Sole Source: Preventive Maintenance for Grifols Procleix Panther System at U.S. Naval Hospital Okinawa
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Grifols Diagnostic Solutions Inc. for preventive maintenance services of the Procleix Panther Nucleic Acid Test system at the United States Naval Hospital Okinawa, Japan. The contract will encompass comprehensive preventive maintenance, inspection, calibration, and system upgrades to ensure the equipment meets all manufacturer specifications and regulatory requirements, with services performed by authorized personnel due to the proprietary nature of the system. This specialized equipment is crucial for high-throughput blood and plasma screening, supporting public health initiatives in the Indo-Pacific region. Interested parties may submit capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:30 AM Pacific Daylight Time on April 16, 2025, as this opportunity is not open for competitive proposals.
Access Unit Replenisher
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from potential vendors regarding the procurement of Access Unit Replenisher services. This opportunity is categorized as a Sources Sought notice, indicating the agency's interest in identifying capable suppliers who can meet the specific requirements outlined in the attached documentation. The Access Unit Replenisher is critical for maintaining operational readiness and efficiency within military logistics. Interested parties are encouraged to reach out to Damian Panto at damian.panto@dla.mil for further details and to express their interest in this opportunity.
Specimen Container Peel Pack
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
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.
6640--New Long Term Procurement - Base 2 CPRR reagents and consumables for Laboratory Tests.
Buyer not available
The Department of Veterans Affairs is seeking contractors for a long-term procurement of CPRR reagents and consumables necessary for laboratory tests at the Portland VA Medical Center. The contractor will be responsible for maintaining a continuously stocked inventory of high-quality reagents, standards, controls, and other materials essential for uninterrupted laboratory operations, with all items clearly marked with expiration dates. This procurement is critical to ensure the reliability and precision of laboratory services provided by the VA, emphasizing the importance of quality in healthcare operations. Interested parties should contact Hector Gonzalez at hector.gonzalez1@va.gov, with responses due by April 11, 2025, as part of the federal RFP process.
Preventative and Corrective Maintenance Services of DLA Distribution Yokosuka, Japan and Okinawa, Japan’s Automated Storage and Retrieval System
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors to provide preventative and corrective maintenance services for Automated Storage and Retrieval Systems (ASRS) at DLA Distribution sites in Yokosuka and Okinawa, Japan. The procurement aims to establish a Firm-Fixed-Price contract with additional Time & Material line items, covering a base year and four option years, ensuring the operational availability of Vertical Lift Modules (VLMs) through scheduled and unscheduled maintenance. This initiative is crucial for maintaining the efficiency and safety of logistical operations within military frameworks. Interested contractors must submit their quotations electronically by March 12, 2025, and are encouraged to contact Steven Lesh at Steven.Lesh@dla.mil or 717-770-8453 for further information.
Notice of Intent to Sole Source - Blood Analyzers
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Abbott Laboratories, Inc. for the provision of blood analyzers, including reagents, maintenance, consumables, and 21 analyzers for point-of-care testing at the Naval Medical Center in Portsmouth, Virginia. This procurement is justified under the sole source acquisition authority due to Abbott's exclusive rights to produce and maintain the iSTAT system, which is essential for conducting kaolin activated clotting time and cardiac troponin I testing. The contract period is set from September 1, 2025, to August 31, 2026, with four additional option years, and interested vendors must submit capability statements by April 15, 2025, at 4:30 PM EST to Joshua Grim at joshua.m.grim.civ@health.mil.
65--BLOOD TUBING KIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of Blood Tubing Kits, specifically NSN 6515013807729, with an initial order quantity of 100 units. These medical supplies are critical for various healthcare applications within military operations, ensuring the availability of essential equipment for medical personnel. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
Bulk Material Sampling and Analytical Laboratory Services Procurement
Buyer not available
The Defense Logistics Agency (DLA) of the Department of Defense is seeking independent third-party bulk commodity sampling and analytical laboratory services for materials entering the National Defense Stockpile. The procurement aims to ensure precise verification of the chemical and physical properties of various materials, including metals such as cobalt, lithium, and rare earth elements, which are critical for national defense operations. This contract, governed by the Strategic and Critical Materials Stock Piling Act, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a maximum value of approximately $9.6 million, and it is expected to be posted on SAM.gov around April 1, 2025, with a closing date 30 days after the solicitation posting. Interested parties can contact Ms. Zoryanna Siemer at zoryanna.siemer@dla.mil or Ms. Alicia Barrowman at alicia.barrowman@dla.mil for further information.
Sterilization Services For medical and Dental Instruments
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for sterilization services for medical and dental instruments at facilities in Yokosuka and Sasebo, Japan. The contractor will be responsible for the complete handling, transport, sterilization, quality assurance, and return delivery of government-owned surgical instrument sets, adhering to standards set by the Navy Bureau of Medicine and the Association for the Advancement of Medical Instrumentation (AAMI). This contract emphasizes the importance of maintaining high sterilization standards and requires qualified technicians to ensure compliance with sterilization protocols, with a delivery turnaround of 2-7 days from pick-up to delivery. Interested vendors must submit a capability statement to Shannon La Com at shannon.lacom2.civ@health.mil, with the total period of performance extending through May 2029 if all options are exercised.