Notice of Intent- Sole Source - Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600
ID: HT001425RocheType: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

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

    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent for a sole source procurement of Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600 instruments. This procurement aims to acquire analytical laboratory instruments essential for medical and surgical applications, specifically within the healthcare sector of the military. These instruments play a critical role in diagnostic processes and patient care, ensuring that healthcare providers have access to reliable and advanced technology. Interested vendors can reach out to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or call 703-275-6342 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Cost per Test Equipment, Becton BD BACTEC FX and Bruker MALDI Biotyper for the Infectious Disease Laboratory at Walter Reed National Military Medical Center
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for the procurement of cost per test equipment, specifically the Becton BD BACTEC FX and Bruker MALDI Biotyper, for the Infectious Disease Laboratory at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement aims to enhance laboratory capabilities in diagnosing infectious diseases, which is critical for patient care and public health. Interested vendors should note that the opportunity is categorized under the NAICS code 334516, focusing on Analytical Laboratory Instrument Manufacturing, and the PSC code 6545, which pertains to replenishable field medical sets, kits, and outfits. For further inquiries, potential bidders can contact Kendall Spann at kendall.j.spann.civ@health.mil.
    6550--Notice of Intent to Sole Source -- Aligent Artisan Pro Link
    Buyer not available
    The Department of Veterans Affairs intends to procure a two-year Blanket Purchase Agreement (BPA) for the Agilent Artisan Link Pro Automated Special Stain systems on a sole-source basis. This procurement includes the provision of necessary instrumentation, supplies, reagents, and maintenance services essential for the effective operation of pathology labs at West Roxbury and West Haven. The Artisan system is critical for ensuring optimal staining quality in patient diagnostics, as Agilent is the sole provider of the proprietary reagents and staining kits required for this process. Interested parties may submit documentation to the Contract Specialist, Sarah Ballentine, at Sarah.Ballentine@va.gov, with a response deadline of March 14, 2025, at 4:30 PM ET, as no public solicitation will be posted.
    Dako Autostainer Link 48 for the Evans Army Community Hospital, Fort Carson, Colorado
    Buyer not available
    The Department of Defense is soliciting quotes for the procurement of a Dako Autostainer Link 48 instrument system for the Evans Army Community Hospital located at Fort Carson, Colorado. This acquisition aims to replace an aging unit that is no longer supported by the Original Equipment Manufacturer, ensuring the continued accuracy and reliability of immunohistochemistry (IHC) diagnostics critical for cancer and disease detection. The procurement emphasizes the importance of maintaining consistent staining results for accurate interpretation by pathologists, while also supporting women-owned small businesses through the solicitation process. Interested vendors must submit their quotes by the specified deadline, and for further inquiries, they can contact Robert Knight at robert.h.knight.civ@health.mil.
    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 proposals for a Lab Chemistry Analyzer and a Cost-Per-Test Agreement specifically for Robins Air Force Base located in Warner Robins, Georgia. This procurement aims to acquire analytical laboratory instruments that are crucial for chemical analysis, ensuring efficient and accurate testing capabilities within military healthcare facilities. Interested vendors should note that the primary contact for this opportunity is Brittany Belsches, who can be reached at brittany.n.belsches.civ@health.mil, while secondary inquiries can be directed to Lenore Y. Paseda at lenore.y.paseda.civ@health.mil. Further details regarding the timeline and funding specifics will be provided in the forthcoming solicitation.
    Notice of Intent to Sole Source ‘omics analyses
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source ‘omics analyses services. The procurement aims to secure specialized research and development services in the life sciences sector, specifically focusing on health-related research and applied analysis. These services are critical for advancing health care solutions and enhancing the understanding of biological systems, which are vital for military health initiatives. Interested parties can reach out to Kasey Carroll at kasey.l.carroll.civ@health.mil or Courtney Piar at courtney.a.piar.civ@health.mil for further information regarding this opportunity.
    6515--Intent to Sole Source: TD-100 TEE Probe HLD Unit
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent to award a sole source contract for the TD-100 TEE Probe High Level Disinfection (HLD) Unit to CS Medical, LLC. This procurement aims to acquire essential sterile processing equipment that meets FDA clearance and specific performance standards, including a complete TD-100 unit, a neutralization station, and a web-based training program for users. The Buffalo VA Medical Center requires this equipment to enhance operational readiness and ensure compliance with regulatory standards in veterans' healthcare services. Interested parties may express their interest by submitting detailed capabilities and pricing to the contracting officer, Erskine Shoulars, via email by March 11, 2025, as the government may consider competitive procurement based on the responses received.
    Brand Name or Equivalent of Bio-Rad Evolis and Geenius serological automated analyzers with UPS backup systems for the Walter Reed Army Institute of Research (WRAIR)
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking sources for the procurement of Bio-Rad Evolis and Geenius serological automated analyzers, along with uninterrupted power supply (UPS) backup systems, for the Walter Reed Army Institute of Research (WRAIR) in Silver Spring, Maryland. The requirement includes high-volume HIV testing and confirmation capabilities, with specifications for independent processing systems, automated sample integrity detection, and compatibility with existing laboratory systems, all while adhering to FDA regulations for HIV screening. This initiative is crucial for enhancing infectious disease management among U.S. service members, particularly concerning HIV and hepatitis C. Interested vendors should contact Brenda Mena at brenda.i.mena.civ@health.mil or Sharew Hailu at sharew.hailu.civ@health.mil for further details, as the contract is expected to span from September 30, 2025, to September 29, 2030.
    Monoclonal Antibodies and Viral Recombinant Antigens
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking suppliers for monoclonal antibodies and viral recombinant antigens, as outlined in a Special Notice. This procurement aims to acquire in vitro diagnostic substances, reagents, test kits, and sets, which are critical for various medical and research applications within the military health system. The place of performance for this contract will be in Maryland, United States, and interested vendors can reach out to Shelley Wallace at shelley.a.wallace2.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil for further information. The notice does not specify a funding amount or key deadlines, but interested parties are encouraged to inquire for additional details.
    Notice of Intent to Sole Source - Calibration and Repair Contract for Hidex 300SL Liquid Scintillation Counting (LSC) System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for a Calibration and Repair Contract for the Hidex 300SL Liquid Scintillation Counting (LSC) System. This procurement aims to secure specialized services for the calibration and repair of the LSC system, which is critical for various testing and laboratory applications within the military context. The services will be performed at Aberdeen Proving Ground in Maryland, highlighting the importance of maintaining operational readiness and accuracy in laboratory equipment. Interested parties can reach out to Christine Orr at christine.n.orr.civ@army.mil for further details regarding this opportunity.
    DH01--VISN22 Data Innovations Instrument Manager Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the DH01--VISN22 Data Innovations Instrument Manager Service, aimed at providing maintenance, service, and support for Data Innovations Instrument Manager Licenses across the Veterans Integrated Services Network (VISN) 22. This procurement involves a Blanket Purchase Agreement (BPA) with a five-year base period, ensuring the operational support of critical data management tools that connect lab instruments to the electronic health record system (VistA), which is vital for efficient healthcare delivery within the VA system. Interested vendors must comply with technical specifications and submit detailed pricing by March 14, 2025, at 1:00 PM Pacific Time, with the evaluation based on the lowest acceptable price that meets all requirements. For further inquiries, vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314.