NOI Abbott Alinity Reagents and Consumables
ID: HT941025N0067Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The Defense Health Agency (DHA) is seeking to award a sole source contract for Abbott Alinity Reagents and Consumables to support the U.S. Naval Hospital Okinawa, Japan. The objective of this procurement is to obtain reagents and consumables compatible with the Abbott Alinity S Series Instrument, which are essential for high-volume, fully automated in-vitro diagnostic testing for blood donor screening. These products must comply with FDA regulations and OSHA requirements, ensuring they are safe and effective for use in medical settings. Interested vendors must submit capability statements to Gilberto Esteves at gilberto.a.esteves.civ@health.mil by 0800 Pacific Time on April 7, 2024, to be considered for this opportunity.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Coagulation Analyzer Preventative Maintenance
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for preventative maintenance services for coagulation analyzers at the U.S. Medical Military Treatment Facility in Yokota, Japan. The contract will be awarded to Instrumentation Laboratory Japan Co., LTD., which is uniquely qualified to provide these essential services, including on-site maintenance, labor, travel, and calibration expenses, in accordance with the manufacturer's instructions. This contract is critical for ensuring the operational readiness of medical equipment vital to military health facilities, with a performance period from May 1, 2025, to April 30, 2030. Interested vendors may submit capability statements to Marcela Cervantes at marcela.cervantes.civ@health.mil by 10:00 PDT on April 14, 2025, to demonstrate their ability to meet the requirements.
Notice of Intent to Sole Source: Preventive Maintenance for Grifols Procleix Panther System at U.S. Naval Hospital Okinawa
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Grifols Diagnostic Solutions Inc. for preventive maintenance services of the Procleix Panther Nucleic Acid Test system at the United States Naval Hospital Okinawa, Japan. The contract will encompass comprehensive preventive maintenance, inspection, calibration, and system upgrades to ensure the equipment meets all manufacturer specifications and regulatory requirements, with services performed by authorized personnel due to the proprietary nature of the system. This specialized equipment is crucial for high-throughput blood and plasma screening, supporting public health initiatives in the Indo-Pacific region. Interested parties may submit capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:30 AM Pacific Daylight Time on April 16, 2025, as this opportunity is not open for competitive proposals.
Maintenance Services
Buyer not available
The Defense Health Agency (DHA) is planning to award a Firm-Fixed Price Purchase Order for maintenance services of laboratory microscopes at the Walter Reed National Memorial Medical Center in Bethesda, Maryland. The procurement aims to continue the support and maintenance of microscopes that were originally installed and maintained by Proaim Americas, LLC, which is the sole source for this requirement. This opportunity is critical for ensuring the operational efficiency of laboratory equipment essential for medical diagnostics and research. Interested parties may express their interest and submit capabilities statements to Mr. Corwin T. Kirby at kirby.t.corwin.ctr@health.mil or Mr. Edgar R. Duchemin at edgar.r.duchemin.civ@health.mil by midnight on April 11, 2025, as no competitive quotations will be solicited.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
Maintenance Services
Buyer not available
The Defense Health Agency (DHA) is planning to award a Firm-Fixed Price Purchase Order for maintenance services of laboratory microscopes at the Walter Reed National Memorial Medical Center in Bethesda, Maryland. The procurement aims to continue the support and maintenance of microscopes previously installed by Proaim Americas, LLC, which is the original source responsible for their installation and upkeep. This opportunity is critical for ensuring the operational efficiency of laboratory equipment essential for medical diagnostics and research. Interested parties are invited to express their interest and submit capabilities statements by midnight on April 11, 2025, to Mr. Corwin T. Kirby at kirby.t.corwin.ctr@health.mil or Mr. Edgar R. Duchemin at edgar.r.duchemin.civ@health.mil, as no competitive solicitation will be issued for this requirement.
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
Notice of Intent to sole source for the Chemiluminescent immunoassay (CLIA) kits compatible with the government’s current CLIA instrumentation for the Brooke Army Medical Center (BAMC).
Buyer not available
The Department of Defense, specifically the US Army Medical Command, intends to establish a sole-source contract with Diasorin, Inc. for the procurement of Chemiluminescent immunoassay (CLIA) kits compatible with the existing CLIA instrumentation at the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. This contract aims to secure a cost-per-kit agreement that includes essential reagents, consumables, and controls necessary for conducting a range of infectious disease tests, thereby enhancing diagnostic efficiency and improving patient care through quicker and more accurate results. The total contract value is projected at $5,640,183.50 over a base year and four option years, with the contract initiation planned for October 1, 2025, pending funding availability. Interested parties can reach out to Medina L. Woodson at medina.l.woodson.civ@health.mil or by phone at 210-539-8525 for further inquiries.
INTENT TO SOLE SOURCE TO VARIAN MEDICAL SYSTEMS, INC.
Buyer not available
The Defense Health Agency (DHA) of the Department of Defense intends to award a sole source contract to Varian Medical Systems, Inc. for the maintenance of a Varian Linear Accelerator at the Naval Medical Center San Diego. The contract aims to ensure the operational integrity of the radiotherapy system through comprehensive maintenance services, including preventative and emergency support, in compliance with OEM specifications and regulatory standards. This initiative is crucial for maintaining high-quality patient care and minimizing equipment downtime, with a performance requirement of at least 97% uptime. Interested parties must submit capability statements by 10:00 AM Pacific Time on April 17, 2025, via email to Dernell Wade at dernell.w.wade.civ@health.mil, referencing Special Notice Number HT941025N0074.
Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
Buyer not available
The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
Buyer not available
The Department of Defense (DoD) is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement (BPA) and the Uniform Formulary Additional Discount Program (ADP) through the Defense Health Agency (DHA). This procurement aims to establish agreements for pharmaceutical agents that will be included in the DoD's Uniform Formulary, which is essential for providing effective pharmacy benefits to military personnel and their families. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting, scheduled for May 7-8, 2025, will review newly approved drugs, with quotes due by April 17, 2025. Interested manufacturers should contact Keith Marasigan at keith.b.marasigan2.ctr@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil for further details and to ensure compliance with submission requirements.