Clinical Reference Laboratory Testing Services
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) has issued a pre-solicitation notice for Clinical Reference Laboratory Testing Services (CRLTS). This is a follow-on requirement for a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, anticipated to be awarded under Full and Open Competition. The formal solicitation is expected on or about March 17, 2026.
Opportunity Overview
DHA requires comprehensive, non-personal clinical reference laboratory testing services to support approximately 205 Military Treatment Facilities (MTFs) globally (CONUS and OCONUS). The scope includes a menu of approximately 6,960 specialized medical tests that the Government cannot perform in-house due to lack of capability, capacity, or specialized infrastructure. Services will cover a broad range of disciplines including chemistry, hematology, microbiology, molecular, histology, cytology, and genetic testing.
Contract Details
- Contract Vehicle: Single-award Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Period of Performance: A five-year base ordering period and one five-year optional ordering period, for a total potential ordering period of ten (10) years (anticipated June 1, 2026, through May 31, 2036).
- Contract Type: Firm-Fixed-Price (FFP) task orders.
- Incumbent: LabCorp Inc., under contract W81K04-21-D-0001, expiring June 30, 2026.
- Set-Aside: Full and Open Competition (Unrestricted).
- NAICS: 621511 - Medical Laboratories.
- PSC: Q301 - Medical: Laboratory Testing.
Acquisition Strategy & Evaluation
The acquisition will utilize a Performance Price Tradeoff (PPT) source selection process. Non-price factors, including Technical, Performance Risk, and Small Business Subcontracting Participation, when combined, are significantly more important than price. Proposals must be compliant, receive an "Acceptable" rating for Technical and Small Business Participation, and "Satisfactory Confidence" or higher for Performance Risk. Offerors must hold prices firm for 180 calendar days.
Key Requirements & Deliverables
A critical technical requirement is the contractor's ability to establish and maintain a secure, bidirectional electronic interface between its commercial Laboratory Information System (LIS) and the Government's MHS Genesis electronic health record. Contractors must meet stringent DoD cybersecurity requirements, including compliance with NIST SP 800-171 and the CMMC 2.0 framework, and submit a System Security Plan (SSP) and Plans of Action (POA) within 30 days of award. Personnel will require Common Access Cards (CACs). Deliverables include various reports (e.g., Quarterly, Monthly SA, Critical Results, TAT) and adherence to strict performance standards (e.g., 98% TAT compliance, 99% courier pick-up).
Important Dates & Actions
This pre-solicitation notice provides maximum advanced notification. A Draft Request for Proposal (RFP) was previously posted on February 20, 2026, for industry comment. Feedback on the draft documents was due by March 9, 2026. The formal solicitation is anticipated to be released on or about March 17, 2026. Interested parties should continue monitoring SAM.gov for the formal RFP and any subsequent announcements.