Notice of Intent to Sole Source: Cost Per Test (CPT): Blood Bank Reagent Testing Supplies for Transfusion Services
ID: PANHCA-25-P-0000_006490Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA 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 intends to award a sole source contract for blood bank reagent testing supplies to Ortho-Clinical Diagnostics, Inc. for the Department of Pathology at Bayne-Jones Army Community Hospital (BJACH) in Fort Polk, Louisiana. The contract will cover the provision of a fully automated transfusion analyzer system and an independent workstation, including all necessary instruments, maintenance, and support, at no additional cost to the government. This procurement is critical for ensuring the efficient operation of transfusion services, adhering to the simplified acquisition procedures outlined in FAR 13.501(a)(1)(ii). Interested vendors must respond to this notice by June 25, 2025, as the contract is set to commence on October 1, 2025, and run through September 30, 2026, with options for four additional years.

    Files
    Title
    Posted
    The document outlines the Statement of Objective (SOO) for contracting Blood Bank Reagent Testing Supplies for the Bayne-Jones Army Community Hospital (BJACH) in Fort Johnson, Louisiana. The primary purpose is to procure a fully automated blood bank analyzer system that meets clinical testing needs and maintains compliance with quality standards. Key requirements include providing maintenance, support, quality control measures, and adherence to FDA regulations. The contractor is responsible for method validation, supplying reagents, and ensuring prompt emergency repair services with metrics to evaluate performance. The contract runs from October 2025 to March 2030 and emphasizes rigorous oversight, including quality assurance plans and documentation for inspections, while maintaining high operational standards. The document also details equipment delivery, training for hospital personnel, and adherence to safety and health regulations as defined by federal law, including HIPAA compliance. This project illustrates the government's commitment to maintaining high-quality medical services while ensuring the safety and security of health information.
    The U.S. Government intends to award a sole source contract for blood bank reagent testing supplies at Bayne-Jones Army Community Hospital (BJACH) in Fort Polk, LA, to Ortho-Clinical Diagnostics, Inc. The contract will run from October 1, 2025, to September 30, 2026, with the option to extend for four additional years. The agreement involves providing a fully automated transfusion analyzer system, an independent workstation, including all necessary instruments, equipment, maintenance, and support at no extra cost to the government. This action falls under the simplified acquisition procedures for commercial items as stipulated by FAR 13.501(a)(1)(ii). The notice serves informational purposes and does not solicit competitive proposals or imply future RFPs. Interested vendors must respond by June 25, 2025.
    The document outlines a solicitation for Blood Bank Reagent Testing Supplies intended for the Bayne-Jones Army Community Hospital in Fort Johnson, Louisiana. It specifies the requirements for a contractor to provide comprehensive support, including equipment, maintenance, and reagents, ensuring that the systems remain operational at all times. Key aspects include the delivery of standardized testing supplies, a detailed quality control plan, and adherence to regulatory compliance, including FDA standards. The contractor is required to maintain an integrated automated blood bank analyzer system, perform method validations, and facilitate emergency servicing as needed. The document emphasizes the contractor's responsibility for quality assurance and detailed oversight of operations, including data management and training for hospital personnel. The structured approach aims to ensure efficient healthcare delivery while upholding safety and compliance standards throughout the contract period from 2025 to 2030. Overall, it reflects the government's commitment to establish partnerships with qualified vendors to meet healthcare needs effectively.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for providing Blood Bank Reagent Testing Supplies at the Bayne-Jones Army Community Hospital in Fort Johnson, Louisiana. The contractor is responsible for delivering reagents, equipment, maintenance, and support at no additional cost to the government, adhering to specified quality control and assurance standards. The contract spans from October 1, 2025, to March 31, 2030, and involves a fully automated blood bank analyzer system that must meet FDA requirements and include reagent management capabilities. The contractor must also provide training, technical support, and ensure compliance with health regulations. Key operational requirements include timely delivery schedules, quality control measures, and maintenance services. The contractor must be prepared to troubleshoot, provide emergency repairs, and create records in accordance with FDA standards. Overall, this solicitation emphasizes the significance of maintaining optimal operational conditions for laboratory services while prioritizing quality and compliance within the framework of government contracting for medical services.
    The Medical Readiness Contracting Office - West in Fort Sam Houston, Texas, is seeking sources for Blood Bank Reagent Testing Supplies intended for use in the Department of Pathology at Bayne Jones Army Community Hospital in Fort Johnson, LA. This sources sought notice aims to gauge interest and capability among both small and large businesses, particularly those qualifying under specific federal business programs such as 8(a), SDVOB, HUBZone, and WOSB. The anticipated contract will be a single Firm-Fixed Price arrangement with a base year plus four optional years, following the expiration of the current purchase order in September 2025. Interested vendors must respond by March 25, 2025, with detailed information including business size classification, suggested proposal schedules, and technical capabilities. It is emphasized that participation in this notice does not guarantee future contracts, and the government will not cover any associated costs for respondents.
    Similar Opportunities
    The Medical Readiness Contracting Office West (MRCO -W) is issuing this Sources Sought for a cost-per-reportable-result agreement to conduct hematology testing for the CBC, Reticulocyte counts, and Body Fluid Count in support of the BAMC.
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West (MRCO-W), is seeking sources for a cost-per-reportable-result agreement to conduct hematology testing, including CBC, Reticulocyte counts, and Body Fluid Counts, in support of the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to provide fully automated hematology analyzers and associated reagents, consumables, and quality control materials to meet the laboratory's operational needs, with an annual testing volume of approximately 194,981 tests across various locations. This opportunity is critical for maintaining the laboratory's capacity to deliver timely and accurate hematological analyses, ensuring high-quality patient care. Interested vendors must submit their responses by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Intent to Sole Source to Ortho Clinical Diagnostics
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Ortho Clinical Diagnostics for the renewal of a cost-per-test lease agreement for two Vitros XT 7600 Integrated Chemistry systems at the Chinle Comprehensive Health Care Facility in Arizona. This procurement aims to ensure uninterrupted laboratory services critical for direct patient care, as the facility is already equipped with the necessary systems and staff trained on their operation. The contract period is set from January 1, 2026, to December 31, 2026, with three optional one-year extensions, and interested parties may contact Nora Nutlouis at nora.nutlouis@ihs.gov or 928-725-9806 for further information. Responses to this notice must be submitted by the specified deadline to be considered for potential competitive procurement in the future.
    6515--Special Notice -Roche Diagnostic Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract to Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and compatible Special Stain (SS) Reagents, along with associated services, at the Overton Brooks VA Medical Center (OBVAMC). The contract will span from January 1, 2026, to December 31, 2030, including a base year and four option years, and aims to ensure accurate and efficient diagnostic staining for patient care through the provision of reagents, supplies, maintenance, and 24/7 technical support. This procurement is critical for maintaining high standards in laboratory diagnostics, and interested parties must submit their capabilities statements by December 16, 2025, to Rhonda Gibson at rhonda.gibson2@va.gov, referencing notice number 36C25626Q0248.
    Notice of Intent - KHC - various supplies for Ortho Vision Swift Analyzer
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to negotiate a non-competitive firm-fixed-price contract with Ortho-Clinical Diagnostics, Inc. for various supplies related to the Ortho Vision Swift Blood banking analyzers at the Kayenta Health Center in Arizona. The procurement aims to secure essential supplies for performing blood typing, antibody screens, and crossmatches on patient samples and blood units, ensuring direct patient safety and care. This contract is crucial for maintaining the operational efficiency of the health center's blood banking services over a one-year period, from January 1, 2025, to December 31, 2025. Interested parties other than Ortho-Clinical Diagnostics, Inc. may submit capability statements to Jerlyn Begay at jerlyn.begay@ihs.gov by 1:00 PM EST on December 24, 2024, although the government is not obligated to respond to submissions.
    Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The procurement aims to acquire a comprehensive chemistry and immunochemistry system that meets stringent technical, operational, and service requirements, including FDA approval, CLIA and CLSI precision standards, and 24/7 technical support. This equipment is critical for performing a wide range of diagnostic tests, ensuring compliance with security regulations, and maintaining high standards of patient care. Interested parties must submit a Statement of Capability by November 18, 2025, and should contact MEDCOM at karan.e.quiles.civ@health.mil for further information.
    Beckman Coulter Hematology Analyzers and Reagents for Naval Hospitals Yokosuka and Okinawa
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure nine hematology analyzers and associated reagents for Naval Hospitals located in Yokosuka and Okinawa, Japan, as well as Branch Health Clinics in Atsugi, Sasebo, Iwakuni, Japan, and Diego Garcia, United Kingdom. These analyzers are critical for conducting Complete Blood Counts and other hematology tests, ensuring timely and accurate results for blood samples that cannot be transported over long distances without compromising their integrity. The contract requires that the analyzers be delivered, installed, and validated by January 1, 2023, and interested vendors can reach out to primary contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or secondary contact Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details.
    Coagulation Analyzers for Naval Hospital Yokosuka and Branch Clinic Iwakuni
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure three coagulation analyzers and associated reagents for the Naval Hospital Yokosuka and Branch Clinic Iwakuni in Japan. The analyzers must meet specific technical requirements, including Laboratory Information System connectivity, a Windows 11 user interface, and the capability to perform various coagulation tests, while adhering to size and power limitations due to laboratory constraints. These analyzers are critical for ensuring timely and accurate diagnostic capabilities in a military healthcare setting. Interested vendors should contact Cassi Jo Newman at cassi.j.newman.civ@health.mil or Jeff Collins at jeffrey.p.collins20.civ@health.mil for further details, with a delivery, installation, and validation deadline set for July 1, 2023.
    LIMITED SOUCES JUSTIFICATION FOR ROCHE DIAGNOSTICS
    Dept Of Defense
    The Department of Defense, specifically the Naval Medical Center San Diego, is seeking to procure an automated clinical chemistry laboratory analyzer and associated supplies from Roche Diagnostics Corporation on a limited source basis. This procurement is essential to ensure uninterrupted patient care while transitioning to a new health information system, MHS Genesis, which requires the integration and validation of the new analyzer system. The estimated contract value is $749,000 for a six-month period, from January 10, 2023, to June 30, 2023, with the primary contact for inquiries being Dernell Wade at dernell.w.wade.civ@mail.mil or 702-881-8104.