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

SOL #: W81K00-26-Q-A085Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W40M MRC0 WEST
JBSA FT SAM HOUSTON, TX, 78234-4504, United States

Place of Performance

DWG, TX

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 9, 2026
3
Submission Deadline
Apr 20, 2026, 6:00 PM

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, specifically Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services, is seeking offers for a cost-per-test (CPT) agreement to obtain instruments and reagents for automated microbial identification and susceptibility testing. This combined synopsis/solicitation aims to secure necessary equipment, reagents, and services to support rapid microbiology identification, antimicrobial susceptibility testing, and blood culture incubation/monitoring. The acquisition is unrestricted. Proposals are due by April 20, 2026, at 1:00 PM EST.

Scope of Work

The contractor shall furnish all necessary equipment (instruments, reagents, software, consumables, controls) and services. This includes automated mass spectrometry rapid microbiology identification, automated antimicrobial susceptibility testing (Gram-negative and Gram-positive), and blood culture incubation and monitoring. Instruments and software will be contractor-owned, FDA-approved, and must be compatible with government-owned Biomerieux BacT/Alert Virtuo and Vitek2 XL equipment. Key requirements include:

  • Equipment & Reagents: Contractor-owned, FDA-approved, capable of identifying a wide range of organisms and detecting resistance mechanisms. Reagents must have a minimum six-month shelf life.
  • Software: Data management/quality control software with reporting capabilities, compatible with LIS (e.g., MHS Genesis), and meeting Risk Management Framework (RMF) and security requirements (Windows 11, Microsoft 2022, SQL 2022).
  • Maintenance & Repairs: Contractor responsible for all scheduled preventive maintenance, safety inspections, calibrations, and unscheduled repairs with specific response times.
  • Training: Initial and annual refresher training for BAMC staff.
  • Delivery: Equipment delivery and installation within 30 days of award, with full operational setup and training within six weeks.
  • Cybersecurity: Strict adherence to DHA Cybersecurity/RMF requirements, including detailed assessment questionnaires, vulnerability management, and specific scan requirements (NESSUS, SCAP, STIGs). Failure to meet these may result in denial of Authority to Operate (ATO).

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (CPT agreement)
  • NAICS Code: 325413 (Laboratory Equipment And Supplies)
  • Set-Aside: Unrestricted
  • Period of Performance: Base Period: October 1, 2026 – September 30, 2027, plus four one-year option periods extending through September 30, 2031.
  • Published Date: April 6, 2026
  • Questions Due: April 6, 2026, 08:00 AM CST
  • Proposal Due: April 20, 2026, 1:00 PM EST (extended via Amendment 0001)

Evaluation

Award will be made using the Lowest Price Technically Acceptable (LPTA) process. Evaluation factors include Technical Capability (Instruments/Equipment/Reagents, Service/Maintenance, Training, Delivery/Installation), Risk Management Framework (RMF) Compliance, Military Health System (MHS) Capability, and Price.

Submission Requirements

Offerors must complete SF1449 (Blocks 12, 17, 30 A-C) and any amendments (SF 30). Registration in SAM.gov is mandatory. Submissions require a capability statement, product literature, and FDA approval documentation. Offers must be submitted via email to medina.l.woodson.civ@health.mil and salameya.paulouskaya2.civ@health.mil. Key attachments include the Statement of Objectives (A), Pricing Worksheet (B), DHA Cybersecurity RMF Requirements (C1), RMF Timelines (C2), and RMF Cybersecurity Assessment Questionnaire (C3).

People

Points of Contact

Medina L. WoodsonPRIMARY
Salameya PaulouskayaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Apr 9, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View