Combined Synopsis/Solicitation to provide quality control (QC) products for testing Clinical Chemistry, and Immunochemistry Testing for the Brooke Army Medical Center (BAMC), JBSA, Fort Sam Houston, TX.
ID: W81K00-24-Q-0129Type: Combined Synopsis/Solicitation
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, through the Department of the Army, is seeking proposals for the supply of quality control (QC) products for Clinical Chemistry and Immunochemistry testing at the Brooke Army Medical Center (BAMC) located at JBSA, Fort Sam Houston, Texas. The procurement includes FDA-approved QC reagents and consumables, alongside a computerized Quality Assurance Program, with a contract period extending from October 2024 to September 2029. These products are critical for maintaining high-quality laboratory testing standards and ensuring patient safety in military health facilities. Interested vendors must submit their offers by September 9, 2024, at 1:00 PM Central Standard Time, and direct any questions by August 30, 2024, to the primary contacts, Medina L. Woodson and Salameya Paulouskaya, via the provided email addresses.

    Point(s) of Contact
    Medina L. Woodson
    (210) 539-8525
    (210) 221-3446
    medina.l.woodson.civ@health.mil
    Salameya Paulouskaya
    (210) 539-8656
    (210) 221-3446
    salameya.paulouskaya2.civ@health.mil
    Files
    Title
    Posted
    The Brooke Army Medical Center's Department of Pathology and Laboratory Services seeks a contractor to supply quality control (QC) products for chemistry testing. The contract encompasses QC materials for Clinical Chemistry and Immunochemistry, alongside a computerized Quality Assurance Program. The ordering period spans from October 2024 to September 2029, allowing for adjustments based on demand. Key requirements include FDA approval for all supplies, ongoing IT support, training, and a comprehensive QC plan detailing inspection systems, records, and preventative measures for equipment failures. The contractor is responsible for the delivery and installation of products, which must align with specific logistical and operational protocols, ensuring accurate, timely service in a 24/7 lab environment. Additionally, cybersecurity compliance under DoDI 8510.01 is mandated. The overarching aim is to ensure high-quality laboratory testing standards and patient safety while maintaining robust reporting and validation systems, along with compliance with health and privacy regulations. This initiative underscores the government's commitment to effective laboratory operations and patient care standards in military health facilities.
    The government file details the Request for Proposals (RFP) related to the procurement of various immunoassay, chemistry, and control products utilized in laboratory settings. It contains a structured list of Clinical Item Numbers (CLIN) that categorize products into different sections, such as Immunoassay Controls (X001), General Chemistry Controls (X002), InteliQ Controls (X003), Reference Chemistry Controls (X004), and Subscription and Database Services (X005). Each category provides a breakdown of specific control products required, including varying volumes and levels for cardiac troponins, immunoassay plus, diabetes controls, and subscriptions for real-time database services. The document outlines quantities needed annually, distinguishing between options for additional years. The primary purpose of this RFP is to invite vendors to bid on supplying these essential laboratory products, ensuring that agencies maintain quality control and compliance in testing environments. This initiative reflects the government's ongoing commitment to enhancing healthcare capabilities through the provision of standardized controls and real-time support.
    The document outlines a Request for Proposal (RFP) for quality control reagents and consumables needed by the Department of Pathology and Area Laboratory Services (DPALS) at Brooke Army Medical Center, JBSA - Fort Sam Houston, Texas. The focus is on immunoassay controls, general chemistry controls, InteliQ controls, and reference chemistry controls, with specified quantities for various items such as the Liquichek Cardiac Troponins Control and Liquichek Pediatric Control. Deliveries for these items will occur from 01 October 2024 to 30 September 2025, and additional options for delivery extending until 30 September 2027 are also provided. The document emphasizes the need for the government to pay only for items ordered and accepted, ensuring efficiency in procurement. It incorporates necessary federal regulations and guidelines, highlighting the importance of adherence to procurement standards. Overall, the RFP serves as a crucial tool for soliciting bids from suppliers to secure essential laboratory products, maintaining high-quality standards in medical readiness at the facility.
    Similar Opportunities
    Specimen Container Peel Pack
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
    Medical Sysmex Reagents and Microbiological Media Plates
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support Pacific is conducting market research to identify local sources for the procurement and delivery of medical laboratory reagents and microbiological media plates in support of the United States Naval Hospital (USNH) located in Okinawa, Japan. This sources sought announcement aims to gather information on potential suppliers capable of fulfilling a requirement for Class VIII medical supplies, which are critical for laboratory diagnostics and healthcare operations. The anticipated contract will be a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity type, with a base period of 12 months and one option period, estimated under $250,000, inclusive of shipping and delivery. Interested parties must submit their responses by 12:00 pm JST on October 13, 2024, to the designated contacts, Mamiko Jackson and Arlene Renner, via email.
    Medical Reagents for USNH Okinawa
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support Pacific is conducting a sources sought announcement to identify local sources capable of providing medical laboratory reagents for the United States Naval Hospital (USNH) in Okinawa, Japan. The procurement involves the delivery of CLASS VIII medical laboratory reagents, including Ortho reagents and consumables compatible with VITROS 5600 Analyzers, along with necessary training and maintenance services for the equipment. This opportunity is critical for ensuring the availability of essential medical supplies and maintaining compliance with healthcare standards in a military setting. Interested parties must submit their qualifications and relevant information by September 30, 2024, to the primary contacts, Bradley Ah Nee and Arlene Renner, via email at bradley.ahnee@dla.mil and arlene.renner@dla.mil, respectively. The estimated contract value is under $5.4 million, covering a base period of 12 months with two optional periods.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    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.
    Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for laboratory testing services to support the Contingency Aeromedical Staging Facility (CASF) at Dobbins Air Reserve Base in Marietta, Georgia. The contractor will be responsible for providing certified personnel and managing all necessary equipment and supplies for various medical laboratory tests, ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining the health and readiness of military and DoD civilian personnel, with a focus on timely specimen collection, quality control, and adherence to HIPAA standards. Interested contractors must submit their proposals by 12:00 pm EDT on September 20, 2024, and can contact Keyonis Shack at keyonis.shack@us.af.mil or Patrina Sheffield at patrina.sheffield@us.af.mil for further information.
    Microbiology Supplies and Reagents at U.S. Naval Hospital Guam
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide microbiology supplies and reagents for the U.S. Naval Hospital in Guam. The procurement includes essential quality controls and reagents necessary for laboratory testing operations, with a delivery period from October 1, 2024, to September 30, 2025, and options for four additional years. This acquisition is critical for maintaining public health and ensuring reliable access to diagnostic tools within the military healthcare system. Interested contractors must submit their quotes electronically by 9:00 AM PDT on September 19, 2024, and can direct inquiries to Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the VISN 04 network. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, thereby improving healthcare outcomes for veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    Hematology System Cost Per Reportable
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking proposals for the procurement of two fully automated Hematology Systems for the 633rd Medical Group at Langley AFB, Virginia. The systems must perform a range of hematology tests, including complete blood counts and body fluid analyses, while integrating seamlessly with the existing Laboratory Information System (LIS). This procurement is crucial for enhancing operational efficiency in military healthcare, ensuring compliance with regulatory standards, and providing high-quality laboratory services. Interested contractors must submit their proposals electronically by September 20, 2024, and direct any questions to Karl Molina at karl.o.molina.civ@health.mil by September 12, 2024.
    RapidComm
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE (DEPT OF THE ARMY) is seeking potential sources to provide upgrades and updates to the RapidComm system for continued data management services for Point of Care Testing (POCT) throughout Brooke Army Medical Center (BAMC). The system must have B2B with remote access for updates/upgrades/troubleshooting and possess software capable of operating in the Department of Defense (DoD) network environment. It must support Active Directory integration for username/password compliance and have the ability to manage patient results, quality control, certifications, devices, and device configurations. The system should be user-friendly with an easy-to-use interface and the ability to export data to various formats. It must also have quick view result exception, device alarms, connectivity, and verification of operator status. Additionally, it should be capable of interfacing with various POCT devices. The response due date for this Sources Sought Notice is 4:00 PM CST, 15 December 2023. For more information, contact YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil.