NOTICE OF INTENT TO AWARD SOLE SOURCE
ID: W81K0025PA022Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Fort Cavazos Health Contracting Branch, intends to award a sole source contract to Abbott Rapid Diagnostics Informatics, Inc. for software licenses related to the AccuChek and iStat devices. This procurement is essential for the Department of Pathology at the Carl R. Darnall Army Medical Center, Texas, as it will provide real-time laboratory results to healthcare providers, thereby enhancing patient care and operational efficiency. The total contract value is $135,445.50, with a delivery period extending from 2025 to 2030, and the decision to limit competition is justified by the unique capabilities of Abbott as the sole supplier able to meet urgent operational needs. Interested parties may submit capability statements to Sheryl Egans at sheryl.j.egans.civ@health.mil or by phone at 254-287-8881, although this notice does not constitute a request for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a memorandum for the Fort Cavazos Health Contracting Branch regarding a sole-source procurement of the Remote Automated Laboratory System (RALS3 Web) and AccuChek software licenses from Abbott Rapid Diagnostics Informatics Inc. This purchase supports the Department of Pathology at Carl R. Darnall Army Medical Center, Texas, providing real-time laboratory results to healthcare providers. The total contract value is $135,445.50, with a delivery period spanning from 2025 to 2030. The decision to limit competition is justified under FAR guidelines, citing Abbott as the only supplier able to meet urgent needs due to exclusive licensing and distribution agreements. Market research confirms the absence of alternative suppliers capable of providing the required services without risking operational accreditation or causing service delays. Additionally, this memorandum emphasizes the importance of RALS software for maintaining modern hospital practices and ensuring timely patient care. Public display and notification requirements for the contract will be adhered to as per FAR regulations. Overall, the memorandum serves to substantiate the necessity of purchasing these licenses and justifies the limitation of vendor competition based on unique sourcing conditions.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6640--Notice of Intent (NOI) to Sole Source to Roche Diagnostics. Cobas 6800 system, assays, reagents and supplies.
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract to Roche Diagnostics for the provision of equipment and supplies related to the Cobas 6800 system, which is critical for conducting various medical tests including those for HIV, HCV, HBV, HPV, and SARS-CoV-2. This procurement involves a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, structured with a base year and four additional ordering periods, ensuring a reliable supply of assays, reagents, controls, and consumables necessary for routine medical testing at the Central Arkansas Veterans Healthcare System (CAVHS). The initiative aims to enhance diagnostic capabilities while maintaining high standards for quality, safety, and regulatory compliance, reflecting the VA's commitment to efficient healthcare delivery for veterans. Interested parties must submit their qualifications and any evidence of capability to compete for this contract to Contracting Officer Anthony Marion via email by March 25, 2025, with the anticipated award date set for May 1, 2025.
    Intent to Sole Source - RALS Software License
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to award a sole source contract for the annual renewal of the RALS Software License to Abbott Rapid Diagnostics Informatics, Inc. This procurement aims to ensure uninterrupted software licensing for interfacing Roche ACCU-check Glucose meters with the RPMS system at the Chinle Comprehensive Health Care Facility, covering the period from April 1, 2025, to March 31, 2026. The RALS software is critical for maintaining compatibility with existing systems used throughout the Indian Health Service, thereby supporting direct patient care. Interested parties may contact Tanya Begay at tanya.begay2@ihs.gov or call 928-674-7635 for further information, although no competitive proposals will be solicited.
    Lab Chemistry Analyzer and Cost-Per-Test Agreement for Robins Air Force Base
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking a sole source contract for a VITROS ® XT 3400 Chemistry Analyzer and a Cost-Per-Test Agreement for the 78th Medical Group Laboratory at Robins Air Force Base in Georgia. The procurement aims to provide a comprehensive laboratory solution that includes the analyzer, reagents, calibrators, controls, and preventive maintenance, all compliant with the Military Health System (MHS) GENESIS electronic health record system. This equipment is crucial for enhancing laboratory analysis capabilities, ensuring efficient and accurate diagnostic testing in support of healthcare services. Interested vendors must submit a Capabilities Statement by 10:00 AM EST on March 24, 2025, to the primary contact, Brittany Belsches, at brittany.n.belsches.civ@health.mil, or Lenore Y. Paseda at lenore.y.paseda.civ@health.mil.
    Automated Blood Gas Analyzer Cost Per Test, Reagents and Supplies
    Buyer not available
    The Department of Defense, specifically the Army's Medical Readiness Contracting Office-East, is soliciting bids for the procurement of a Rapidpoint 500e Analyzer along with associated reagents and supplies for Martin Army Community Hospital located in Fort Moore, Georgia. This request for quotation (RFQ) aims to enhance laboratory capabilities for blood testing through a contract that includes both a base period and an option period for equipment lease and necessary supplies. The initiative underscores the government's commitment to medical readiness and improved laboratory services, with quotes due by March 19, 2024, and an estimated delivery date set for April 1, 2025. Interested vendors must comply with the NAICS size standard of 1250 employees in the In-Vitro Diagnostic Substance Manufacturing sector and can reach out to primary contact Johnnie Huffin at johnnie.huffin.civ@health.mil or secondary contact Gloria Brogsdale at gloria.f.brogsdale.civ@health.mil for further information.
    Intent to Sole Source PCR Molecular Testing
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for PCR molecular testing supplies, specifically to Cepheid, which includes reagents and maintenance services for VA-owned GeneXpert machines. This procurement aims to ensure the availability of essential diagnostic tests that meet specific operational requirements, as Cepheid is identified as the only provider capable of fulfilling these needs based on prior market research. Interested vendors may express their interest and capabilities to provide comparable services, although this notice does not constitute a request for proposals, and no inquiries will be accepted. Responses must be submitted via email to the contracting officer, Aleta Jennette, by 10:00 AM EST on March 19, 2025, with the solicitation number being 36C24225Q0433.
    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.
    Maintenance
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to negotiate a sole source contract with AB Sciex LLC for maintenance services of designated laboratory equipment at the Defense Health Agency (DHA) located at Dover Air Force Base, Delaware. The procurement involves a Firm Fixed Price (FFP) maintenance contract that includes preventative maintenance, inspections, calibrations, and corrective repairs for AB Sciex laboratory equipment, which must be maintained according to original equipment manufacturer (OEM) specifications to ensure optimal performance. Interested parties are invited to submit their capability statements, including technical data and cost estimates, by 4:00 PM Local ET on March 28, 2025, to Brian Miller at brian.d.miller1.civ@health.mil, referencing notice number W81XWH19R0039.
    FY26 One (1) Waterless Integrated Immunochemistry Analyzer and One (1) Waterless Clinical Chemistry Analyzer W/ Cost Per Reportable Result(s) (CPRR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide one waterless integrated immunochemistry analyzer and one waterless clinical chemistry analyzer, along with a cost per reportable result (CPRR) for the General Leonard Wood Army Community Hospital in Fort Leonard Wood, Missouri. This procurement aims to enhance laboratory capabilities by supplying advanced diagnostic equipment that operates without water, ensuring functionality in a designated area without water access, and includes comprehensive support services such as training, reagents, and maintenance. The contract is anticipated to be a five-year Indefinite Delivery Indefinite Quantity (IDIQ) with a proposed delivery period from October 1, 2025, to September 30, 2030. Interested parties must submit a Statement of Capability by March 17, 2024, and direct inquiries to Joshua Barbero at joshua.p.barbero.civ@health.mil.
    FY26 One (1) Waterless Integrated Immunochemistry Analyzer and One (1) Waterless Clinical Chemistry Analyzer W/ Cost Per Reportable Result(s) (CPRR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide one waterless integrated immunochemistry analyzer and one waterless clinical chemistry analyzer, along with a cost per reportable result (CPRR) model, for the General Leonard Wood Army Community Hospital in Fort Leonard Wood, Missouri. The procurement aims to enhance laboratory capabilities by supplying advanced analyzers that require no water access, ensuring operational efficiency in a dry system environment, and includes comprehensive support such as reagents, maintenance, and training at no additional cost to the government. This initiative reflects a commitment to improving healthcare quality through advanced laboratory technology, with an anticipated contract period from October 1, 2025, to September 30, 2030. Interested parties must submit a Statement of Capability by March 17, 2024, to Joshua Barbero at joshua.p.barbero.civ@health.mil, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Ambr 250 High Throughput Bioreactor System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract for the Ambr 250 High Throughput Bioreactor System to Sartorius Stedim North America, Inc. This procurement aims to enhance the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research by developing a monoclonal antibody production capability, which is critical for producing biologics and therapeutics to address military-relevant infectious disease threats. The bioreactor system must support up to 12 simultaneous cultures, comply with current Good Manufacturing Practices (cGMP), and include features such as automated liquid handling and extensive control capabilities. Interested parties may submit their capability information by 2:00 p.m. EST on March 27, 2025, to Ms. Brenda Mena at brenda.i.mena.civ@health.mil, as this notice is not a request for competitive quotations.