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
    Notice of Intent to Sole Source to Extend Services for N6264520P0020 - Molecular Assay-Analyzers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source bridge contract to BioFire Defense, LLC for the provision of a molecular diagnostic laboratory analyzer, along with necessary assays, reagents, and consumables at Naval Hospital Camp Pendleton and Naval Medical Center Portsmouth. The contract, which is set to run from April 16, 2025, to October 15, 2025, with an option for an additional six months, requires the analyzer to perform a variety of tests using polymerase chain reaction (PCR) technology, including respiratory, blood culture, gastrointestinal, and meningitis/encephalitis assays, while ensuring compliance with FDA regulations. This procurement is critical for maintaining effective diagnostic capabilities within military medical facilities, and interested vendors must submit capability statements by February 28, 2025, as the procurement will not be open for competitive proposals. For further inquiries, vendors can contact Margaret Suever at margaret.a.suever.civ@health.mil or by phone at 210-952-8283.
    FBSU Biomerieux Service Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Billings Area, intends to award a sole source contract to Biomerieux Inc. for a service agreement related to the Biomerieux Vitek Compact II system at the Fort Belknap Service Unit in Harlem, Montana. This contract, valued at approximately $75,000, will cover service and support from March 1, 2025, to February 28, 2026, with the option for four additional renewal years. The decision to pursue a sole source contract is based on the unique capabilities of Biomerieux to provide the necessary services due to their ownership of relevant intellectual property, which justifies a waiver of competitive procurement. Interested parties may submit evidence for competitive procurement considerations, and inquiries should be directed to Vincent Hansen at Vincent.Hansen@ihs.gov.
    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.
    Microbiological Identification/Susceptibility (ID/AST) testing support for the Landstuhl Regional Medical Center (LRMC), Germany
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors to provide microbiological identification and susceptibility testing support for the Landstuhl Regional Medical Center (LRMC) in Germany. The procurement involves a five-year contract for the delivery, installation, maintenance, and repair of an Organism Sensitivity and Identification System, along with necessary reagents and supplies, adhering to Clinical Laboratory Improvement Amendments guidelines. This testing support is crucial for ensuring accurate diagnostics and effective treatment protocols within military medical facilities. Interested contractors should contact Henning Mayer-Goldstein at henningfalk.mayer-goldstein.ln@health.mil or Matthew R. Elden at matthew.r.elden.civ@health.mil for further details, and must comply with the submission requirements outlined in the solicitation documents, with deadlines specified in the amendment.
    Notice of Intent to Sole Source: Allergen Extract Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to execute a Sole Source Award for allergen extract supplies to support the United States Army Centralized Allergen Extract Laboratory (USACAEL) at Fort Meade, Maryland. This procurement, valued at approximately $1.8 million, will involve a Firm Fixed Price contract with a performance period from August 16, 2025, to August 15, 2030, and may include a potential 6-month extension. The supplies are critical for managing allergies and food-related health issues, requiring the contractor to meet stringent FDA approval and USP compliance standards while demonstrating the ability to supply at least 98% of the requested allergen extracts. Interested parties should respond to the notice by contacting Alexis Medrano or Catherine-Tehila Johnson via the provided email addresses by the specified deadline.
    Q301--NOI to sole source to CareDX
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent (NOI) to award a sole source contract to CareDx for the procurement of specific medical tests necessary for patient care at the Michael E. DeBakey VA Medical Center in Houston, TX. This contract, valued as a Firm-Fixed Price type, will cover the AlloMap and AlloSure tests, which are essential for heart and kidney transplant assessments. The sole source award is justified under Federal Acquisition Regulation regulations, as only CareDx can provide the required brand-name items. Interested parties have until February 25, 2025, to present compelling evidence supporting competition for this requirement, and all inquiries regarding the contract can be directed to Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov or by phone at (479) 443-4301 ext 66194.
    Notice of Intent to Award Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Getinge USA for the maintenance and repair of sterilizers and boilers at the Irwin Army Community Hospital located in Fort Riley, Kansas. This contract, which is justified under FAR § 13.106-1(b)(1) due to the unique capabilities of Getinge USA as the sole authorized service provider, is essential for ensuring continuous operation of critical medical equipment, thereby supporting patient care. The contract is structured with a base period from April 1, 2025, to March 31, 2026, valued at $17,649.36, with options extending to 2028, potentially raising the total value to $65,218.44. For further inquiries, interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil.
    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.
    Biotin Molecules
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking suppliers for biotin molecules through a Combined Synopsis/Solicitation. The procurement aims to acquire analytical laboratory instruments and supplies, categorized under NAICS code 334516 and PSC code 6640, which are essential for various laboratory applications. These biotin molecules are crucial for biochemical research and applications, supporting the Army's ongoing scientific endeavors. Interested vendors can reach out to Carl Lundell at carl.lundell@westpoint.edu or by phone at 845.938.8298, or Joy Davis at joy.l.davis18.civ@army.mil or 315.772.9900 for further details.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source a procurement opportunity for medical, dental, and hospital equipment and supplies. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423450, which pertains to medical and surgical instruments, equipment, and supplies. The goods and services sought are critical for supporting healthcare operations, particularly in military settings, and will be performed in Bethesda, Maryland. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further details.