W81K00-26-Q-A085 Solicitation Amendment - 0002 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 has issued Amendment 0002 to Solicitation W81K00-26-Q-A085, seeking proposals for automated microbial identification and susceptibility testing services for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services in Fort Sam Houston, TX. This unrestricted opportunity is for a Cost-Per-Test (CPT) agreement, requiring contractor-furnished equipment, reagents, software, and support. Proposals are due Monday, April 20, 2026, at 1:00 PM CST.
Scope of Work
This solicitation requires a contractor to provide all necessary equipment, reagents, software, consumables, controls, and services for automated mass spectrometry rapid microbiology identification, automated antimicrobial susceptibility testing (Gram-negative and Gram-positive), and blood culture incubation and monitoring. The contractor will furnish FDA-approved, contractor-owned instruments, including a new VITEK MS Prime and a new VITEK 2XL, while ensuring compatibility with existing government-owned Biomerieux BacT/Alert Virtuo and Vitek2 XL equipment. The contractor will eventually replace the existing Vitek 2 and Virtuo systems. Services include comprehensive maintenance, repairs, and initial and annual refresher training for BAMC staff.
Contract Details & Period of Performance
This is anticipated to be a Firm-Fixed-Price contract based on a Cost-Per-Test (CPT) agreement. The base period of performance is October 1, 2026, through September 30, 2027, with four additional one-year option periods, extending the potential contract duration through September 30, 2031. The acquisition is unrestricted. The NAICS code is 325413 (Laboratory Equipment And Supplies).
Key Requirements
Bidders must ensure proposed instruments and software are FDA-approved, compatible with the hospital's LIS (MHS Genesis), and meet stringent DHA Cybersecurity/Risk Management Framework (RMF) requirements. This includes adherence to RMF assessment timeframes, completion of a cybersecurity assessment questionnaire, and compliance with relevant US laws, NIST publications, and DoD instructions. Specific technical requirements cover software patches, vulnerability management, technical scans (NESSUS, SCAP, STIGs), and personnel security. Contractor personnel must comply with local installation requirements, safety regulations, and HIPAA.
Evaluation & Submission
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. Proposals must be submitted via email to medina.l.woodson.civ@health.mil and salameya.paulouskaya2.civ@health.mil.
Important Dates & Contacts
- Proposal Submission Deadline: Monday, April 20, 2026, at 1:00 PM CST.
- Primary Point of Contact: Medina L. Woodson (medina.l.woodson.civ@health.mil, 210-808-5753).
- Secondary Point of Contact: Salameya Paulouskaya (salameya.paulouskaya2.civ@health.mil, 210-539-8656).