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 Solicitation (HT001526RE001) for Clinical Reference Laboratory Testing Services (CRLTS). This unrestricted, single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract seeks comprehensive, nonpersonal laboratory testing to support approximately 205 Military Treatment Facilities (MTFs) globally. Proposals are due June 1, 2026, at 12:00 PM Central Time.
Opportunity Overview
DHA requires a contractor to provide a broad menu of approximately 6,960 specialized medical tests that cannot be performed in-house due to lack of capability or capacity. This is a follow-on requirement to services currently provided by LabCorp Inc. under contract W81K04-21-D-0001. The services encompass various disciplines including chemistry, hematology, microbiology, and genetic testing, supporting both CONUS and OCONUS locations.
Key Requirements
A critical technical requirement is the establishment and maintenance of a secure, bidirectional electronic interface between the contractor's commercial Laboratory Information System (LIS) and the Government's MHS Genesis electronic health record. Offerors must demonstrate compliance with stringent DoD cybersecurity requirements, including NIST SP 800-171 and CMMC 2.0 Final Level 2 (Self) certification, which is mandatory for award. The contractor will also provide specimen processors to high-volume DoD sites and adhere to CLIA regulations and CAP standards.
Contract Details
- Contract Type: Single-Award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Pricing: Firm-Fixed-Price (FFP) task orders and/or Government Purchase Card (GPC) orders.
- Period of Performance: A five-year base ordering period (July 1, 2026 - June 30, 2031) and one five-year optional ordering period, for a total potential of ten (10) years. An optional transition period of up to six months may be exercised.
- Estimated Value: $41,500,000.00.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 621511 (Reference Laboratory Testing).
- Incumbent: LabCorp Inc. (W81K04-21-D-0001).
Acquisition Strategy & Evaluation
This acquisition will be awarded on a best-value tradeoff basis, with non-price factors significantly more important than price. Evaluation factors, in descending order of importance, are: Technical (Transition Approach/LIS Interface, Technical Requirements, QC/QA, Supply Chain), Performance Risk, Small Business Subcontracting Participation, and Price. Proposals must consist of five volumes: Business, Technical, Performance Risk, Small Business Subcontracting, and Price. Offerors must propose flat, firm-fixed prices for all ten years, building in foreseeable market and inflation risks, with a 5% life-of-contract escalation cap.
Important Dates & Contacts
- Questions Due: May 18, 2026, 12:00 p.m. Central Time (via Exhibit B template).
- Offer Due Date: June 1, 2026, 12:00 p.m. Central Time.
- Primary Contact: Tamara Fenwick (tamara.k.fenwick.civ@health.mil).
- Secondary Contact: Michael T. Bilicki (michael.t.bilicki.civ@health.mil).