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
    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
    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
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Hologic Covid Testing Supplies
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    TX Bio Mermade PMA
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Tx. Bio LLC for Equipment Maintenance Services related to the TX Bio Mermade PMA. This procurement is necessary as Tx. Bio LLC holds exclusive maintenance agreements for the equipment in question, which is critical for ongoing research and development in biotechnology. Interested parties are invited to express their interest and capability to respond to this requirement, with all responses due by COB on December 30, 2025, to contract specialist Aminah A. Gary at uuu0@cdc.gov. The government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    Blood Bank Analyzer and Reagents
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is awarding a sole source contract for a Blood Bank Analyzer and associated reagents to be utilized at the David Grant Medical Center located at Travis Air Force Base, California. This procurement is essential for medical laboratory testing, ensuring the facility has the necessary equipment to support blood bank operations. The contract will be managed by the 60th Contracting Squadron, with the primary contacts being Erika Scofield and Roberto Escobedo, who can be reached via email or phone for further inquiries. Interested parties should note that the justification for this sole source award is attached for review.
    The Medical Readiness Contracting Office West (MRCO -W) is issuing this Sources Sought for a cost-per-reportable-result agreement to conduct hematology testing for the CBC, Reticulocyte counts, and Body Fluid Count in support of the BAMC.
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West (MRCO-W), is seeking sources for a cost-per-reportable-result agreement to conduct hematology testing, including CBC, Reticulocyte counts, and Body Fluid Counts, in support of the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to provide fully automated hematology analyzers and associated reagents, consumables, and quality control materials to meet the laboratory's operational needs, with an annual testing volume of approximately 194,981 tests across various locations. This opportunity is critical for maintaining the laboratory's capacity to deliver timely and accurate hematological analyses, ensuring high-quality patient care. Interested vendors must submit their responses by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Notice of Intent to Sole Source – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.