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 DRAFT Request for Proposal (RFP), Solicitation Number HT001526RE001, for Clinical Reference Laboratory Testing Services. This unrestricted, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract aims to provide comprehensive laboratory testing for Medical Treatment Facilities (MTFs) worldwide and other federal agencies, covering tests for which the Government lacks in-house capacity or capability. The Final Solicitation is anticipated within seven (7) days. Questions are not being accepted for this draft.
Scope of Work
The contractor will provide personnel, equipment, supplies, and supervision for a broad range of clinical and anatomic pathology disciplines, including chemistry, hematology, microbiology, molecular, and genetic testing. Services will primarily focus on low volume, high complexity, high cost, and specialized esoteric tests, including Laboratory Developed Tests (LDTs). Key responsibilities include specimen receipt, transport, processing, testing, and reporting results via the contractor's Laboratory Information System (LIS) and MHS Genesis. Specimen processors will be provided to high-volume DoD sites.
Contract Details
- Contract Type: Single Award, Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: A five-year base period (June 20, 2026 - June 19, 2031) with potential option periods extending to June 19, 2036.
- Estimated Value: USD 41,500,000.00 (aligned with NAICS 621511 size standard).
- Pricing: Firm Fixed Price (FFP) for most CLINs, with Economic Price Adjustment (EPA) and Technology and Pricing Refresh (TPR) provisions, subject to a 5% life-of-contract escalation cap.
- Set-Aside: Unrestricted
- NAICS Code: 621511 (Medical and Diagnostic Laboratories)
- Key Requirements: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to award. Personnel will require Common Access Cards (CAC) and specific training.
Proposal Requirements & Evaluation
Proposals must consist of five volumes: Business, Technical, Performance Risk, Small Business Subcontracting, and Price. Evaluation will be based on a best-value tradeoff, with non-price factors significantly more important than price. Minimum requirements include an "Acceptable" rating for Technical and Small Business Subcontracting, and "Satisfactory Confidence" or higher for Performance Risk. Offerors must demonstrate capability, not merely restate PWS requirements. Past performance references (3-5) and a Small Business Subcontracting Plan with specific goals (30% total, including SDB, WOSB, HUBZone, SDVOSB) are mandatory.
Key Dates & Contacts
- Final Solicitation Release: Anticipated within seven (7) days of May 6, 2026.
- Questions: Not accepted for this Draft Solicitation. Instructions for submitting questions will be provided with the final release.
- Primary Contact: Tamara Fenwick (tamara.k.fenwick.civ@health.mil)
- Secondary Contact: Michael T. Bilicki (michael.t.bilicki.civ@health.mil)