BIOFIRE Molecular Assay Analyzer Cost Per Test (CPT)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Health Agency (DHA), specifically the DEFENSE HEALTH AGENCY HCD WEST, has issued a Special Notice which is a Notice of Intent to Award a Sole Source Purchase Order Contract to BIOFIRE DEFENSE LLC. This contract is for the provision of a BIOFIRE Molecular Assay Analyzer and associated supplies for the Laboratory Department at Naval Hospital Camp Pendleton, CA. Interested parties who believe they can meet the requirements must submit a capability statement by March 19, 2026, at 10:00 a.m. Pacific.
Scope of Work
The requirement is for one (1) BIOFIRE Molecular Assay Analyzer (device code: 20-802), which must be a molecular assay, infectious microorganism analyzer capable of performing Polymerase Chain Reaction (PCR) analysis. The contract also includes necessary reagents, annual maintenance coverage, a touch base/duplex box/module, and consumables. Specific testing capabilities are required for:
- Respiratory Panel Assay (180 kits/year)
- Blood Culture Identification (BCID 2) (20 kits/year)
- Meningitis/Encephalitis Panel Assay (ME) (20 kits/year)
Contract Details
- Contract Type: Firm-fixed-price purchase order.
- Period of Performance: A Base Period from April 15, 2026, to September 30, 2026, followed by five (5) Option Periods extending through April 14, 2031.
- Place of Performance: Naval Hospital Camp Pendleton, 200 Mercy Circle, Camp Pendleton, CA 92055-5191, United States.
Set-Aside & Eligibility
This is a sole source procurement, justified under FAR 6.302-1 and FAR 12.102(a), as Biofire Defense LLC has been determined to be the only source capable of meeting the specialized requirements. The NAICS Code is 334516 - Analytical Laboratory Instrument Manufacturing (Business Size Standard: 1,000 employees), and the PSC Code is 6632 - Analysis Instruments, Medical Laboratory Use.
Submission & Evaluation
This notice is NOT a request for competitive quotes. However, sources interested in challenging the sole source determination must submit a capability statement. This statement must include management, technical data, and cost information, demonstrating the ability to perform the work. Capability statements are limited to six (8.5 x 11 inch) pages with a minimum 10-point font size. The closing date for challenges is 10:00 a.m. (Pacific), March 19, 2026. Submissions should be emailed to Denise Bond (denise.d.bond.civ@health.mil) and Michelle Sanders (michelle.e.sanders6.civ@health.mil). Telephone requests or offers will not be honored. Information received from challenging vendors will be considered to determine if a competitive procurement is warranted.