Combined Synopsis/Solicitation to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory 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 Department of the Army is soliciting offers for a Cost-Per-Test (CPT) agreement to provide automated microbial identification and susceptibility testing instruments and reagents for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services in Fort Sam Houston, TX. This unrestricted opportunity requires vendors to furnish all necessary equipment, reagents, software, consumables, and support services, ensuring compatibility with existing government-owned systems and adherence to stringent cybersecurity (RMF) requirements. Offers are due April 13, 2026.
Scope of Work
The contractor will provide instruments and reagents for:
- Automated mass spectrometry rapid microbiology identification.
- Automated antimicrobial susceptibility testing (Gram-negative and Gram-positive).
- Blood culture incubation and monitoring (aerobic, anaerobic, pediatric bottles).
Key requirements include contractor-owned, FDA-approved equipment compatible with government-owned Biomerieux BacT/Alert Virtuo and Vitek2 XL systems. The solution must interface with the hospital's LIS (MHS Genesis) and comply with DHA cybersecurity directives, NIST standards, and RMF requirements (Windows 11, Microsoft 2022, SQL 2022). Services also include maintenance, repairs, and training for BAMC staff.
Contract Details
- Type: Firm-Fixed-Price (Cost-Per-Test agreement)
- NAICS: 325413 (In-Vitro Diagnostic Substance Manufacturing)
- Set-Aside: Unrestricted
- Period of Performance: Base period from October 1, 2026, to September 30, 2027, with four one-year option periods, extending through September 30, 2031.
Submission & Evaluation
- Questions Due: April 6, 2026, 08:00 AM CST.
- Offers Due: April 13, 2026, 1:00 PM CST.
- Submission: Via email to medina.l.woodson.civ@health.mil and salameya.paulouskaya2.civ@health.mil.
- Required Documents: Completed SF1449, SAM registration confirmation, capability statement, product literature, FDA approval, pricing worksheet (Attachment B), and cybersecurity assessment questionnaire (Attachment C3).
- Evaluation: Lowest Price Technically Acceptable (LPTA), considering Technical Capability (Instruments/Equipment/Reagents, Service/Maintenance, Training, Delivery/Installation), Risk Management Framework (RMF) Compliance, Military Health System (MHS) Capability, and Price.
Cybersecurity Requirements
Bidders must demonstrate comprehensive cybersecurity compliance, including completing a detailed Risk Management Cybersecurity Assessment Questionnaire (Attachment C3) and adhering to DHA Cybersecurity/RMF Requirements (Attachment C1) and RMF Assessment Timeframes (Attachment C2). Failure to meet these requirements or disclose system limitations may result in denial of an Authority to Operate (ATO).