Cost Per Results Reportable (CPRR) Automated Hematology Analyzer at Naval Medical Center Portsmouth
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) is conducting a Request for Information (RFI) to identify potential sources for a Cost Per Results Reportable (CPRR) Automated Hematology Analyzer at Naval Medical Center Portsmouth (NMCP), located at 54 Lewis Minor Street, Bldg 250, Portsmouth, VA 23708. This RFI is for planning purposes only and does not constitute a solicitation. Responses are due by March 25, 2026, at 5 pm EST.
Scope of Work
NMCP requires a new contract for a CPRR Automated Hematology Analyzer, as the current contract expires on August 31, 2026. The system must provide reliable, high-throughput (≥ 200 tests per hour) hematology analysis, supporting timely and accurate diagnostic results. Key requirements include:
- Utilizing fluorescent flow cytometry to analyze RNA/DNA content and intracellular cellular structures.
- An integrated automated QC module capable of performing, evaluating, and documenting quality control without user intervention, maintaining traceability.
- Capability to connect with middleware and command center components for integrated total lab automation.
- Lease of duplicate hematology analyzers with an automation line.
- Provision of advanced RBC and Body Fluid Software Applications, and Differential Remote Review Software Teams Edition (5 concurrent licenses).
- Supply of consumables (reagents) and maintenance support services.
- All equipment, reagents, and consumables must be FDA-approved and OSHA compliant.
- Installation, validation, and implementation services.
Analyzers must be compatible with HL7, TCP/IP, and MHS Genesis, perform CBC panels using FDA-approved fluorescence flow cytometry, and have a separate mode for body fluid analysis. Specific linearity ranges for WBC, RBC, and platelet counts are defined, and a low specimen volume requirement (<=100µL) is specified.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought
- Anticipated Contract Type: Cost Per Results Reportable (CPRR) agreement.
- Anticipated Period of Performance: June 1, 2026 – May 31, 2027, with four (4) Option Years and an optional 6-month extension.
- Set-Aside: None specified (RFI stage)
- Response Due: March 25, 2026, by 5 pm EST
- Published Date: March 11, 2026
- NAICS: 334516 Analytical Laboratory Instrument Manufacturing
- PSC: 6632 Analysis Instruments, Medical Laboratory Use
Submission Instructions
Responses must be submitted electronically in Microsoft Word or Adobe PDF format and include:
- A Cover Page (1 page) with title, organization, responder's technical and administrative points of contact (names, addresses, phone numbers, email addresses), and CAGE Code.
- A Capabilities Statement addressing:
- Clear understanding and ability to perform the scope as detailed in the DRAFT Statement of Work (SOW).
- Experience performing similar work.
- Existing contract vehicles (e.g., GSA schedule).
- Whether services are provided to the general public under similar terms.
Additional Notes
This RFI is for information and planning purposes only; it is not a solicitation, and no contract will be awarded from responses. No phone calls will be accepted. Interested parties should monitor SAM.gov for any future solicitation. A DRAFT SOW is available for review.
Submission To: Ms. Lisa Wilk (lisa.c.wilk.civ@health.mil) and Ms. Carol Uebelacker (carol.e.uebelacker.civ@health.mil).