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 requirement is a follow-on to an existing contract and seeks to provide comprehensive, nonpersonal clinical reference laboratory testing for approximately 205 Military Treatment Facilities (MTFs) globally. The acquisition will be conducted under Full and Open Competition for a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a potential 10-year ordering period. The formal solicitation is anticipated on or about May 13, 2026.
Scope of Work
The contractor will provide a menu of approximately 6,960 specialized medical tests that the Government cannot perform in-house. A critical technical requirement includes establishing and maintaining a secure, bidirectional electronic interface between the contractor's commercial Laboratory Information System (LIS) and the Government's MHS Genesis electronic health record. The contractor must also comply with stringent DoD cybersecurity requirements, including NIST SP 800-171 and the CMMC 2.0 framework.
Contract & Timeline
- Type: Single-award Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Contract Type: Firm-Fixed-Price (FFP) task orders
- Duration: 5-year base ordering period + one 5-year optional ordering period (10 years total potential)
- Set-Aside: Full and Open Competition
- Incumbent: LabCorp Inc. (Contract W81K04-21-D-0001, expiring June 30, 2026)
- Anticipated Solicitation Release: On or about May 13, 2026
- Published: May 7, 2026
Evaluation
The source selection process will be a Performance Price Tradeoff (PPT). Non-price factors, such as Technical, Performance Risk, and Small Business Subcontracting Participation, will be considered significantly more important than price.
Additional Notes
This is a pre-solicitation notice for informational and planning purposes only and does not constitute a Request for Proposal (RFP). The Government is not seeking proposals at this time. This notice follows a Draft RFP previously posted on May 6, 2026, with no major modifications anticipated. Interested parties should continue to monitor SAM.gov for the formal RFP and any subsequent announcements.