Active Solicitation · DEPT OF DEFENSE
AI Summary
The Defense Health Agency is seeking information on vendors capable of providing reagent/rental for two fully automated, random-access analyzers for the 59th Medical Wing at Lackland Air Force Base, Texas. This opportunity is for market research purposes only and does not constitute a solicitation. Interested parties should respond with their capabilities and relevant information.
1. Introduction
This is a Request for Information (RFI)/Sources Sought Notice (SSN). The Defense Health Agency (DHA) is conducting market research to determine if qualified businesses exist that can provide Reagent/Rental for two fully automated, random-access analyzers for 59th Medical Wing, Lackland Air Force Base, TX. This publication seeks to learn more about potentially capable vendors. This is not a solicitation, nor is it a request for proposals. This notice is for informational and planning purposes only and does not constitute a commitment, implied or otherwise, that a solicitation will be issued. The Government is not obligated to award a contract as a result of this notice.
2. Program Details
The 59 MDW has a potential requirement for two analyzer systems meeting, or exceeding, the technical specifications below. The system must be designed for high-volume laboratories, capable of testing up to 25 different analytes from a single sample tube. Must have a test menu that includes over 50 assays for autoimmune, infectious disease, and specialty immunoassay testing. Must streamlines workflow with high throughput (up to 1,200 results/hour), rapid time-to-first result (45 minutes), and broad assay capability in autoimmune and infectious diseases. The system must offer a significant reduction in labor costs and improved patient care through faster, more detailed diagnostic information.
Salient Characteristic of the Analyzer requirement:
Physical Dimensions (space is extremely limited)
Height: no larger than 4.4’
Width: no larger than 4’3”
Depth: no larger than 2’10”
Operational clearance approximately 3’
Minimal System Maintenance:
Less than 10 minutes per day
Automated weekly maintenance requires 30 minutes or less
Electronic tracking of required maintenance tasks
Ensures maintenance is completed when due
Minimal hands-on time and labor devoted to maintenance procedures
Test Specifications-MMRV
Assay Specificity
Measles IgG 100% (93/93)
Mumps IgG 100% (83/83
Rubella IgG 97.6% (123/143)
Varicella zoster 100% (143/143)
Assay Sensitivity
Measles IgG 94.6% - 95.7%
Mumps IgG 98.1%–98.8%
Rubella IgG 94%–98.8%
Varicella zoster 92.2%–96.8%
Required Consumables for Analyzers
MMRV IgG100 tests | QTY: 450
Vessel Reaction 1000 bag | QTY: 60
Bag Waste Biohazard 14x19 | QTY: 66
Sheath Fluid 2 PA | QTY: 36
Wash Buffer | QTY: 71
Detector Calibration Pack | QTY: 14
Detector Clean Pack | QTY: 14
Probe cleaning Sol. Btls 4 | QTY: 14
Sodium Hydroxide 1.0N liter | QTY: 2
Probe Seal | QTY: 1
Probe Reagent | QTY: 1
Sample Syringe, 2.5ml | QTY: 2
Reagent Syring, 0.25ml | QTY: 2
Analyzer Calibrator | QTY: 13
Ctrl Set MMRV | QTY: 14
Analyzer System Cmplt | QTY: 2
Handheld Barcode Scanner | QTY: 2
Printer | QTY: 2
UPS Backup System | QTY: 2
Total Quantity: 768
3. Scope of Work
The Contractor shall provide and deliver Bio-Rad reagents on a cost per kit (CPK) reagent basis used for performing clinical immunoassay analysis on Bio-Rad Bioplex 2200 as required by Wilford Hall Ambulatory Surgical Center (WHASC).
The contractor shall provide all labor, materials, equipment, preventive maintenance of equipment, training on equipment, transportation, consumables, installation/removal of equipment and major/incidental repair services of equipment at no additional costs under this contract to support the performance of immunoassay analysis on the Bio-Rad Bioplex 2200.
The contractor shall provide emergency telephone assistance during hours of operations 08:00am through 05:00pm (CST) five days per week, Mondays through Fridays. If additional, on-site troubleshooting by a Field Service Representative (FSR) is required to resolve the issue, the Contractor shall dispatch an FSR.
4. Anticipated Delivery
Delivery of the Analyzer systems shall occur within 30 days after receipt of an order. Delivery shall be made to the 59th MDW location at Wilford Hall Ambulatory Surgical Center (WHASC), Joint Base San Antonio (JBSA), Lackland Air Force Base (AFB), TX.
5. Information Requested from Industry Sources
DHA invites industry sources to review this notice carefully and to familiarize themselves with this Sources Sought Notice. Thereafter, DHA encourages those sources to submit the following:
Company Summary:
a. Notice ID and its Title for this posting
b. Your company’s name, address, website address and Unique Entity Identifier (if the company has one)
c. Company point of contact, their phone number, and their email address
d. Your company’s size status as it relates to NAICS 334516 – Analytical Laboratory Instrument Manufacturing. See table of business size standards at https://www.sba.gov/document/support-table-size-standards for more information.
e. Indicate whether your company has an active registration for procurement purposes in sam.gov.
• Place of Manufacture/Origin: Please identify whether the potential product is manufactured in whole or in part in the United States. If it is manufactured outside of the United States, in whole or in part, please identify the country of manufacture.
• Existing Contract Vehicles: Indicate whether your company has a GSA Multiple Award Schedule contract or other federal contract under which NIST would be authorized to place an order, and if so, provide a copy of that contract (including contract number, name and contact information for contracting officer, contract SOW, contract terms and conditions and contract prices).
The Government reserves the right to follow up on a one-on-one basis with respondents to request additional information or clarifications about information submitted.
THIS IS STRICTLY MARKET RESEARCH. DHA WILL NOT RESPOND TO QUESTIONS REGARDING THE RESULTS OF THIS MARKET RESEARCH. REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE PROVIDED
6. Response Instructions
Interested businesses should submit their responses electronically to Mr. Joe Wells (joe.d.wells3.civ@health.mil) and Ms. Khaireyal Barcia (khaireyal.y.barcia,civ@health.mil) no later than 04:00pm CST on 29 May 2026.
• Microsoft Word (or PDF) document, and 11 or 12-point font.
• Submission shall not exceed five (5) pages. Any cover page OR Standard Commercial Pricing Sections is not included in the total page count.
• Respondents are requested to state their capabilities and expertise in clear and concise language.
• Respondents are strongly encouraged to avoid use of excessive marketing and sales language.
Cover Page
Respondents shall include the following Business information on the Cover Page:
a. Sources Sought Notice number, title, and date of issuance
b. Unique Entity ID
c. Company Name
d. Company Address
e. Company website address,
f. Company Point of Contact, Phone, and Email address
g. Validation of business status under NAICS: 334516 – Analytical Laboratory Instrument Manufacturing. See table of business size standards at https://www.sba.gov/document/support-table-size-standards for more information.
h. Registration in the System for Awards Management (SAM.gov) is required for the Federal Government to make an award. If you are not registered in SAM.gov and require assistance, please let us know.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of DHA.
DHA does not intend to award a contract based on responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, DHA may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against DHA shall arise because of a response to this notice or DHA’s use of such information as either part of our evaluation
Confidentiality
Do not include proprietary, classified, confidential, or sensitive information in response to this notice. The Government reserves the right to use any non-proprietary information as it deems appropriate in establishing requirements for its upcoming acquisition.
DISCLAIMER
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to help DHA assess alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. After a review of the responses received and other market research, DHA may publish a solicitation on SAM.gov or on GSA ebuy, depending on the acquisition strategy chosen by DHA. DHA will not consider proposals submitted directly in response to this notice for award. Responses received after the closing date for this notice may not be considered for market research purposes.
REAGENT/RENTAL FOR TWO FULLY AUTOMATED, RANDOM-ACCESS ANALYZERS FOR 59TH MEDICAL WING, LACKLAND AIR FORCE BASE, TEXAS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.