Blood Products WBAMC
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 Department of the Army has issued a Special Notice indicating its intent to award a sole-source Firm Fixed-Price (FFP) contract to the American Association of Blood Banks, Inc. for the supply of blood and blood products, including testing and courier services, at William Beaumont Army Medical Center (WBAMC), Fort Bliss, Texas. This notice is not a request for quotes, but rather an announcement of the government's intention to proceed with a non-competitive award.
Scope of Work
The contract will cover the procurement of essential blood, blood products, courier services, and testing services necessary to support WBAMC. These services ensure secure access to blood products not manufactured by the WBAMC Blood Donor Center (BDC) and cover additional blood products when inventory exceeds BDC capabilities, as well as occasional testing not performed by WBAMC. Key requirements include:
- Procurement of Apheresis Platelets (200 annually), Red Blood Cells - Leuko Reduced (320 annually), Fresh Frozen Plasma (50 annually), and Pooled Cryoprecipitate (60 annually).
- Red cell Testing (8000 annually) and Transaction Fees (8000 annually).
- Courier service for product delivery in validated transport containers, with orders filled within 1, 4, or 24 hours.
Contract & Timeline
- Type: Firm Fixed-Price (FFP) Definitive Contract
- Period of Performance: Five years, consisting of a base year and four one-year options.
- Base: April 1, 2026 – March 31, 2027
- Option 1: April 1, 2027 – March 31, 2028
- Option 2: April 1, 2028 – March 31, 2029
- Option 3: April 1, 2029 – March 31, 2030
- Option 4: April 1, 2030 – March 31, 2031
- Response Date: March 9, 2026, at 5:00 PM ET
- Published Date: March 5, 2026
Set-Aside & Justification
This is an intent to award a sole-source contract, therefore no set-aside designation applies. The justification for this non-competitive award is based on the determination that no other known sources can meet the minimum requirements. Market research, including a sources sought notice published on SAM.gov on November 12, 2025, yielded no responses. The government requires these critical services, and failure to provide them would result in increased mortality.
Submission & Evaluation
While this is not a request for proposals, any capability statements, bids, or proposals received in response to this notice will be evaluated. The authority for this sole-source action is Title 41 U.S.C. §1901, as implemented in FAR 12.102(b).