FY26 Lab Consolidation for Coagulation CPRR Effort
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 presolicitation for the FY26 Lab Consolidation for Coagulation CPRR Effort. This initiative aims to award a single, full and open contract for Cost-Per-Reportable Result (CPRR) services, encompassing coagulation analyzers, reagents, consumables, maintenance, and training across 28 Military Treatment Facilities (MTFs). A Draft Scope of Work (SOW) has been released for industry feedback.
Purpose
The Government's objective is to secure a comprehensive CPRR contract for laboratory coagulation analyzers. This includes the provision of all necessary reagents, standards, quality controls, supplies, and consumables, along with new equipment, maintenance, and training, to support multiple MTFs.
Scope of Work
The contract will require the provision of:
- Reagents & Consumables: All necessary items for contractor-provided equipment to generate reportable results, including costs for dilutions, repeats, confirmatory testing, and quality control.
- Equipment: Delivery, installation, and removal of new, FDA-approved laboratory analyzers and peripherals (e.g., printers, UPS). Equipment must interface bidirectionally with existing Electronic Health Records (EHR) and Military Healthcare System (MHS) Genesis.
- Maintenance: Comprehensive preventive and corrective maintenance to ensure equipment remains in good operating condition.
- Training: User-level and advanced super-user training for government personnel.
- Reporting: Monthly reports for invoicing, detailing actual test quantities, with data accessible for external analysis in an ODBC-compliant format.
- Surge Capacity: Ability to provide capacity for up to a 50% surge in volume.
- Compliance: Adherence to DoD Cybersecurity/Risk Management Framework (RMF) requirements.
- Hazardous Waste: Description of hazardous waste characteristics and disposal procedures.
Contract Details
- Type: Single contract, full and open competition (Presolicitation).
- Set-Aside: None specified (Full and Open).
- Period: One base year with four option years.
- Locations: Covers 28 MTFs. Specific locations detailed in the draft SOW include Naval Hospital Bremerton, Madigan Army Medical Center, Naval Medical Center San Diego, Tripler Army Medical Center, and others. The Government reserves the right to add additional MTFs.
- Installation Deadline: All analyzers must be functioning and live by October 1, 2027.
Performance Standards
- Uptime: Minimum 95% uptime for all analyzers at each MTF, calculated on a rolling 6-month basis.
- Acceptance Testing: Equipment must meet a standard of performance for 30 consecutive calendar days with 95% effectiveness post-installation.
- Response Times: 2-hour callback for technical assistance, 24-hour on-site service for routine repairs, and equipment repair within 48 hours.
- Reagent Dating: Reagents should have expiration dates of at least 6 months (preferably 12 months) from delivery.
Key Dates & Actions
- Draft SOW Feedback Due: February 13, 2026, 6:00 PM EST.
- Official RFP Release: Planned by the end of February.
- Questions: Direct all questions regarding this notice or the Draft SOW to Bobbie Dobberstein at
bobbie.s.dobberstein.ctr@health.mil. - Monitoring: Vendors are strongly encouraged to monitor SAM.gov for all future notifications.