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
    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
    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.
    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.
    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.
    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.
    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.
    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
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The contractor will be responsible for analyzing blood and urine samples collected by the Government, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is critical for maintaining the health and readiness of National Guard personnel, and the contract will span a five-year period. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines. For further inquiries, contact Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    SirsiDynix Horizon Library Management System Software as a Service (SaaS) Upgrade and Maintenance Services for Tripler Army Medical Center, Hawaii
    Dept Of Defense
    The Department of Defense is seeking to procure upgrade and maintenance services for the SirsiDynix Horizon Library Management System Software as a Service (SaaS) at Tripler Army Medical Center in Hawaii. This procurement is classified as a sole source justification, indicating that the services are specifically required from a single provider due to the unique nature of the software and its integration with existing systems. The SirsiDynix system is critical for managing library resources and services, ensuring efficient operations within the medical center. Interested vendors can reach out to Jody Yamamoto at jody.m.yamamoto.civ@health.mil or by phone at 808-438-5126 for further details regarding this opportunity.
    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.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    6640--Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 19, is seeking information from vendors capable of providing Polymerase Chain Reaction (PCR) Molecular Diagnostic Cost Per Test (CPT) services for the Fort Harrison VA Medical Center and Benjamin Steele VA Clinic in Montana. The procurement requires vendors to supply two analyzers that can perform specific molecular diagnostic tests, including respiratory pathogen panels and blood culture identification, while ensuring minimal hands-on time for medical technologists. This initiative is crucial for enhancing the accuracy and efficiency of molecular virology results in veteran healthcare. Interested parties must submit their capability statements, including business size status, to Contract Specialist Ernest Appiah via email by January 5, 2026, at 9 AM Mountain Time.
    Life Technologies AB Assurance Maintenance Warranty Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a Life Technologies AB Assurance Maintenance Warranty Plan for the U.S. Army Criminal Investigation Laboratory (USACIL) and the Forensic Exploitation Department (FXD). This non-personnel services contract requires annual preventive maintenance and repair of Life Technology instruments, ensuring compliance with FBI Quality Assurance Standards and ISO 17025 for effective DNA processing. The contractor will be responsible for all necessary personnel, equipment, and supplies, while the government will provide certain facilities and materials. Interested parties can contact Maria Campbell at maria.campbell14.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil for further details. The contract is set to commence on January 1, 2026, and run through December 31, 2026.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.