Microbial Testing Supplies - Bridge Contract
ID: W81K0024Q0191Type: Special Notice
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
  1. 1
    Posted Sep 5, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 5, 2024, 12:00 AM UTC
  3. 3
    Due Sep 12, 2025, 4:00 PM UTC
Description

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.

Files
Title
Posted
Sep 5, 2024, 10:25 PM UTC
The Medical Readiness Contracting Office - West (MRCO-W) seeks to procure microbial testing supplies and equipment through a sole-source contract with Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025, at a total value of $213,334.67. The contract involves leasing a microbial identification analyzer and a mass spectrometer for the William Beaumont Army Medical Center Laboratory. This arrangement includes necessary reagents and middleware/server interface provision by the contractor. The justifications for limiting competition include the unique need for ATO authorization on DHA networks, which Biomerieux possesses, while other contractors would require extensive time and effort to obtain similar certification. Market research confirmed that Biomerieux is the only contractor able to meet these requirements without disrupting services. The contracting officer validated the necessity of this approach, acknowledging that previous pricing structures for the equipment have not been properly evaluated and that breaking current service continuity would be detrimental. The document emphasizes compliance with FAR regulations regarding contract actions under the simplified acquisition threshold.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
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.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
Notice of Intent to Sole Source-Hematology Analyzer Supplies
Buyer not available
The Department of Defense, specifically the 341st Medical Group at Malmstrom Air Force Base, intends to award a sole-source contract to SYSMEX AMERICA, INC for the procurement of hematology analyzer supplies. This requirement is critical to ensure compatibility with the existing hematology analyzer equipment, as SYSMEX is the sole manufacturer and does not distribute its products through third parties. The contract will encompass the provision of materials, equipment, and qualified personnel for hematology testing, including 24/7 service coverage, preventive maintenance, and timely shipment of reagents, with a focus on maintaining a 99% operational uptime. Interested parties may submit proposals demonstrating the benefits of competition by May 9, 2025, at 6 PM MST, directed to Contract Administrator Elizabeth Basu at elizabeth.basu@us.af.mil.
Notice of Intent - Sole Source Contract for Qiagen CLC Genomics WB Premium Network Software license
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the CLC Genomics WB Premium Network Software license. This procurement aims to secure a web-based research platform for DNA and RNA analysis, which is critical for the research conducted at the Walter Reed Army Institute of Research. The contract will include a one-year base license period with four optional one-year extensions, and Qiagen LLC is identified as the only source capable of providing this software. Interested parties must submit their responses by the deadline of 15 days from the notice publication, and inquiries can be directed to Mr. Keith C. Crum at keith.c.crum.civ@health.mil.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
W81K04-25-Q-A003 Intent to Sole Source-BodPod
Buyer not available
The Department of Defense intends to award a sole source contract to COSMED USA Inc. for a maintenance plan service contract for BodPod equipment utilized by Army/Armed Forces Wellness Center Operations at the Defense Centers for Public Health – Aberdeen. This contract, which is set to be awarded on or about July 1, 2025, will cover maintenance services for the Government-owned BodPod equipment, ensuring operational readiness and compliance with health standards. The procurement falls under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing, and is designated as a Total Small Business Set-Aside. Interested parties may contact Marvin B. Baker or David Robledo via email for further information, although no competitive proposals will be accepted for this opportunity.
BioAssembly Printer Accessories
Buyer not available
The Department of Defense, through the Naval Medical Research Center, intends to award a sole source contract for specialized bioassembly printer accessories to Advanced Solutions Life Sciences. The procurement includes a Single Channel Pipette BioAssemblyBot Hand, an 8-Channel Pipette, a BioAssemblyBot 500 8-Channel Liquid Handling Bundle, and a Single Cell Dispense BioAssemblyBot Hand, along with on-site installation, configuration, training, and support services. This equipment is crucial for research and development projects aimed at enhancing combat casualty care and operational readiness for military personnel, with a contract period expected to last one year from the date of award. Interested parties may contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411 for further information.
Notice of Intent to Sole Source BioStorageBot Incubator and Accessories
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Advanced Solutions Life Sciences, LLC for the procurement of a BioStorageBot incubator and associated accessories. This acquisition aims to enhance the capabilities of an existing BioAssemblyBot 6-axis bioprinter, which is crucial for advancing military medicine and public health training. Advanced Solutions Life Sciences, LLC is recognized as the only vendor capable of providing the necessary equipment compatible with USU's current systems, although other vendors are invited to submit proposals if they can demonstrate competitive advantages. For further inquiries, interested parties may contact Christopher White at christopher.white@usuhs.edu.
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.