Genetic Testing Services for Tripler Army Medical Center, HI
ID: W81K0225QA024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Medical Readiness Contracting Office - Pacific, is seeking qualified contractors to provide genetic testing services for the Tripler Army Medical Center in Hawaii. This procurement aims to establish a Blanket Purchase Agreement (BPA) for these services, which are critical for supporting the healthcare needs of military personnel and their families. The BPA will have a total not-to-exceed value of $500,000 and a performance period from September 8, 2025, to September 7, 2030, with quotes due by May 6, 2025, at 10:00 AM HST. Interested parties should contact Ms. Deborah Wada at deborah.n.wada.civ@health.mil or call 808-433-9520 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 1:04 AM UTC
The document outlines regulations for contractors involved with federal healthcare programs, focusing on the prohibition of employing anyone on excluded lists, adherence to privacy laws, and management of personal information. Contractors must verify that no personnel appear on the Department of Health and Human Services (HHS) exclusion lists before starting the contract and during its execution. Violating these conditions can lead to contract termination and significant penalties. Furthermore, it details compliance with privacy regulations such as the Privacy Act, FOIA, and HIPAA, emphasizing the handling of personally identifiable and protected health information. Contractors must keep thorough records and follow comprehensive breach response protocols in case of unauthorized disclosures. Additionally, the document establishes a "Tobacco Free Medical Campus" policy that restricts tobacco use at designated military medical facilities. Contractors are responsible for ensuring that their employees adhere to these tobacco regulations while on duty. This structured approach demonstrates the government's commitment to ensuring ethical operations and protecting sensitive health information within federal healthcare contracting.
Apr 8, 2025, 1:04 AM UTC
The document outlines the evaluation criteria for establishing multiple Blanket Purchase Agreements (BPAs) by the government for suppliers providing goods and/or services. It indicates that quotations will be assessed based on three key factors: Technical Capability, Past Performance, and Price. Each quote must clearly address the requirements in the Performance Work Statement, achieving an "Acceptable" rating to be considered. Past performance will be evaluated subjectively, focusing on the supplier's history with similar contracts, and can receive ratings of "Acceptable" or "Unacceptable," with only those rated "Acceptable" being eligible for award consideration. Price is evaluated for fairness and reasonableness but is not rated against the other factors. BPAs will only be established with suppliers meeting all standards outlined. Once a BPA is set, the government may amend or cancel it prior to acceptance, and is committed only to authorized purchases made under the BPA. This framework is designed to ensure a competitive selection process based on merit and reliability, ultimately aimed at efficient procurement in compliance with federal regulations.
Apr 8, 2025, 1:04 AM UTC
The Performance Work Statement Attachment 1 outlines the price list and turnaround times for various diagnostic tests available under a government contract, specifying services in multiple medical fields. Each listed test has a turnaround time of 21 calendar days, except for select panels like the STAT Breast Cancer Panel, which requires 12 days, and the Exome Sequence, which takes up to 8 weeks. The document categorizes diagnostic tests into areas including Cardiology, Dermatology, and Oncology, among others, highlighting the systematic approach to diagnostic services. This information is essential for understanding the scope of diagnostic capabilities offered under the request for proposal (RFP), ensuring compliance with timelines and budget expectations, which are critical in federal and state procurement processes. The detailed pricing and turnaround expectations support efficient evaluation and decision-making for agencies soliciting these services.
Apr 8, 2025, 1:04 AM UTC
The document outlines health and safety protocols for contract healthcare workers involved in direct healthcare services, specifically addressing incidents of potential blood and body fluid exposures and work-related injuries. It mandates that any healthcare professional who experiences a parenteral or mucous membrane exposure must comply with established reporting and testing requirements. Furthermore, the document stipulates that if a healthcare worker tests positive for a contagious disease, the Contracting Officer holds the authority to take appropriate action based on the findings. Key provisions emphasize the importance of adhering to safety and reporting standards to prevent the transmission of infectious diseases within healthcare environments. This supplement is part of larger federal and state RFP processes, highlighting a commitment to maintaining a safe working environment and ensuring public health through rigorous contract stipulations.
Apr 8, 2025, 1:04 AM UTC
The Performance Work Statement outlines the requirements for a non-personal services contract for genetic testing at Tripler Army Medical Center in Hawaii. The contractor is responsible for providing essential genetic testing services, adhering to professional and ethical standards, and operating under the regulations and policies of the military healthcare system. Key tasks include conducting genetic tests, communicating results, ensuring confidentiality, and maintaining quality management processes. The contractor must designate a primary point of contact and must not employ active-duty military or government civilians. The document specifies strict turnaround times for test results and requires that all personnel involved meet applicable licensing and accreditation standards. Quality assurance measures will be implemented to monitor performance, with continuous inspection from designated officials. Compliance with various regulations, such as HIPAA and the Privacy Act, is critical. This project reflects the government's commitment to maintaining high standards of care for military personnel and their families, underlining the importance of reliable genetic testing services in supporting medical diagnoses and treatments.
Apr 8, 2025, 1:04 AM UTC
The document outlines a solicitation for a Blanket Purchase Agreement (BPA) for genetic testing services at Tripler Army Medical Center, Hawaii, specifically targeting Women-Owned Small Businesses (WOSBs) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs). It includes critical information such as the requisition number, contact details of the contracting officer, and submission deadlines for quotes, emphasizing the proposal submission structure, which is divided into administrative, technical, past performance, and price volumes. The BPA has a master dollar limit of $500,000 and a period of performance extending from September 8, 2025, to September 7, 2030. Various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses are incorporated by reference to ensure compliance with legal and regulatory standards. Key elements include technical requirements for testing services, the importance of past performance evaluations, and specifics on pricing for a five-year term while requiring documentation to demonstrate compliance with certifications and licenses. The summary encapsulates the essence of the federal RFP process, focusing on facilitating small business participation in government contracts, with an emphasis on healthcare-related fields.
The Blanket Purchase Agreement (BPA) established between the Medical Readiness Contracting Office-Pacific and XXXX Contractor is effective for five years with a total not-to-exceed value of $500,000. The BPA allows for the procurement of items based on specified pricing listed in an attachment but prohibits the purchase of non-expendable equipment. Orders may be placed as needed, with each order limited to $25,000 through a Government Purchase Card. Authorized individuals will be designated to place orders, which will require specific documentation including delivery tickets. Payments can be made through the government purchase card or via the Wide Area Workflow (WAWF) system for larger orders. Invoices must be submitted regularly, with consolidated payments for deliveries made during each billing cycle. The BPA outlines the responsibilities of the contractor and government in terms of delivery, acceptance, and invoicing, ensuring compliance with federal procurement regulations. This agreement highlights the structured approach to procurement in federal contexts while emphasizing accountability and clarity in financial transactions.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
On Island Reference Laboratory Testing and Courier Services at Triple Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is soliciting proposals for On Island Reference Laboratory Testing and Courier Services at Tripler Army Medical Center in Hawaii. The procurement aims to establish Multiple Blanket Purchase Agreements for non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries, including STAT courier services for urgent testing and compliance with strict professional standards. This initiative is crucial for ensuring accessible and high-quality laboratory services tailored to the needs of the armed forces and their families. Interested parties must submit their quotes via email to Leslie Takayama at leslie.m.takayama.civ@health.mil by April 30, 2025, at 10:00 am HST, with a total contract value limit of $250,000.
Biosafety Cabinet Maintenance and Certification BPA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide maintenance and certification services for biosafety cabinets across the Defense Health Networks in the Pacific Rim, Central, and Indo-Pacific regions. The procurement involves a Blanket Purchase Agreement (BPA) for a five-year term, with an option for a six-month extension, requiring contractors to supply trained field certifiers who will perform necessary maintenance and certification in compliance with established safety standards. This initiative is crucial for ensuring the operational integrity and safety of medical equipment used in military healthcare settings. Interested vendors must submit their quotes electronically by 08:00 am PDT on May 16, 2025, and can direct inquiries to Gilberto Esteves at gilberto.a.esteves.civ@health.mil or Pedro Reyes at pedro.a.reyes10.civ@health.mil.
Pharmacogenomics (PGx) Testing for Military Readiness Pilot
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a pilot program focused on pharmacogenomics (PGx) testing to enhance military readiness and healthcare delivery for Active-Duty service members. The initiative aims to establish standardized processes for routine PGx testing within the Military Health System (MHS), leveraging electronic health record (EHR) data to improve clinical decision-making and treatment outcomes. This program is critical for optimizing medication safety and efficacy, ultimately preventing adverse drug reactions and improving overall health conditions for military personnel. Interested parties should contact Dr. Lauren Palestrini at lauren.palestrini@mtec-sc.org, with a funding availability of $2.2 million and a project duration of up to 36 months. The Request for Project Proposals (RPP) is expected to be released soon, with a proposal preparation period of approximately 30 days.
Repair and Maintenance of Government-Owned Surgical Instruments for Tripler Army Medical Center, HI
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is seeking qualified small businesses to provide repair and maintenance services for government-owned surgical instruments at Tripler Army Medical Center in Hawaii. The contract will encompass both on-site and off-site services and is structured as a firm fixed-price, non-personal services contract with a base period of one year, starting from October 1, 2025, and includes four additional one-year option periods. This procurement is vital for ensuring the operational readiness and safety of medical equipment used in military healthcare settings. Interested contractors must be registered in the System for Award Management (SAM) with the appropriate NAICS code (811210) prior to award, and they can reach out to Deborah Wada at deborah.n.wada.civ@health.mil or by phone at 808-433-9520 for further information.
San-I-Pak Maintenance at Tripler Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office-Pacific, is seeking qualified vendors to provide maintenance services for the government-owned San-I-Pak sterilizer located at Tripler Army Medical Center in Hawaii. The procurement aims to ensure that the sterilizer remains fully functional, requiring all labor, parts, materials, and travel in accordance with original equipment manufacturers' specifications. This maintenance is critical for supporting medical readiness and operational efficiency within the facility. Interested organizations must submit their capability statements, including company details and qualifications, by April 30, 2025, at 10:00 AM Hawaii Standard Time, to Ronnie Sakata at ronnie.t.sakata.civ@health.mil. All vendors must be registered in the System for Award Management (SAM) with the appropriate NAICS code 811210.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Cost Per Test (CPT): Blood Bank Reagent Testing Supplies for Transfusion Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of Blood Bank Reagent Testing Supplies for the Bayne Jones Army Community Hospital located in Fort Johnson, Louisiana. The procurement aims to secure comprehensive support, including the delivery of standardized testing supplies, maintenance of an integrated automated blood bank analyzer system, and adherence to regulatory compliance, particularly FDA standards. These supplies and services are critical for ensuring the operational efficiency and safety of transfusion services within the hospital. Interested vendors should contact Kevin Vijayan at kevin.vijayan.civ@health.mil or 210-538-4861, or Albert Lee at albert.a.lee.civ@health.mil for further details regarding the solicitation, which is expected to cover the contract period from 2025 to 2030.
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.
Microbial Testing Supplies - Bridge Contract
Buyer not available
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.
Master BPA - Tissue Staining Chemical Analyzer and Services
Buyer not available
The Defense Health Agency (DHA) is conducting a sources sought announcement for the procurement of tissue staining chemical analyzers and associated services, specifically targeting the Walter Reed National Military Medical Clinic in Bethesda, Maryland. The agency seeks to acquire commercial items, including the Bench Mark Ultra, Bench Mark Ultra Plus, and Ventana HE 600 analyzers, along with necessary reagents and operational services to ensure proper functionality. These analyzers play a critical role in laboratory diagnostics, enhancing the capabilities of healthcare providers within the military medical system. Interested parties are encouraged to submit non-proprietary capabilities statements by April 28, 2025, at 09:00 AM EST, with inquiries directed to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or Faatalivale Te’o-Lewis at Faatalivale.m.teo-lewis.civ@health.mil.