Clinical Reference Laboratory Testing Services - Government Response to DRAFT RFP Q&As

SOL #: 98f6a39bd7d4445b8bde2708d6b14e54Special Notice

Overview

Buyer

DEPT OF DEFENSE
Defense Health Agency (Dha)
DHA ENTERPRISE MED SUPPORT EMS-CD
FORT SAM HOUSTON, TX, 78234, United States

Place of Performance

Place of performance not available

NAICS

Medical Laboratories (621511)

PSC

Reference Laboratory Testing (Q301)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 19, 2026
2
Action Date
Mar 20, 2026, 5:00 AM

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 Special Notice providing Government responses to industry questions regarding the DRAFT RFP HT001526RE001 for Clinical Reference Laboratory Testing Services. This notice clarifies critical aspects of the upcoming solicitation, including evaluation criteria, small business requirements, and pricing instructions.

Purpose of Notice

This special notice, published by the DHA ENTERPRISE MED SUPPORT EMS-CD, provides official answers to questions and feedback received from industry in response to the DRAFT RFP HT001526RE001, which was posted on February 20, 2026. The attached document, "DRAFT RFP HT001526RE001 - QandA - Government Response.xlsx," contains these clarifications.

Key Clarifications and Updates

  • Evaluation Basis: Award will be based on a best-value tradeoff, primarily weighing Past Performance (Factor 2) and Price (Factor 4). Technical (Factor 1) will be evaluated on an Acceptable/Unacceptable basis, with no anticipated price premium for technical differentiation.
  • Small Business Participation: The requirement for Small Business Subcontracting Participation has been revised to a minimum of 3% Total Small Business, which is mandatory for an Acceptable rating.
  • Proposal Formatting: A minimum of 11-point Times New Roman or Arial font is required for all volumes, with 8-point allowed for tables and illustrations.
  • Pricing Guidance: Offerors MUST use the estimated quantities in Exhibit A (1,799,616 units) for proposal pricing. The quantity in CLIN 0002 (500,000,000 units) is a notional value for contract ceiling purposes only.
  • New York State Licensing: New York State Department of Health licenses are required where necessary for testing specimens originating from New York State.
  • Subcontractor Use: CLIA-certified specialty laboratories are acceptable as subcontractors, provided they meet all regulatory, accreditation, and security requirements. Subcontractor past performance for specialized laboratory experience may be submitted under the prime contractor's Factor 2 (Past and Present Performance).

Impact on Offerors

These responses provide definitive guidance that modifies and clarifies several sections of the draft solicitation, including formatting, evaluation criteria, specific technical requirements, and pricing. Prospective offerors must thoroughly review and adhere to these updated interpretations and requirements when preparing their future proposals.

Agency & Contacts

Timeline

  • Notice Published: March 19, 2026
  • Government Response Date: March 20, 2026 (This is the date the notice indicates the government provided responses, not a deadline for industry.)

People

Points of Contact

Tamara FenwickPRIMARY
Michael T. BilickiSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Mar 19, 2026
Clinical Reference Laboratory Testing Services - Government Response to DRAFT RFP Q&As | GovScope