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) has issued a DRAFT Request for Quotation (RFQ) HT941026Q2004 for the FY26 Lab Consolidation for Coagulation CPRR Effort. This DRAFT RFQ seeks a Cost Per Reportable Result (CPRR) contract for coagulation analyzers, reagents, and consumables to support multiple military treatment facilities (MTFs). No quotes are due at this time as this is a draft. The acquisition is unrestricted, inviting full and open competition.
Purpose & Scope
This requirement is for a CPRR contract covering the provision, installation, maintenance, and removal of new, FDA-approved coagulation analyzers and associated reagents, standards, quality controls, and supplies. The scope includes comprehensive maintenance, user and super-user training for government personnel, and ensuring equipment interfaces bidirectionally with existing Electronic Health Records (EHR) and Military Healthcare System (MHS) Genesis. The contractor must provide solutions capable of handling up to a 50% surge in volume and comply with DoD Cybersecurity/Risk Management Framework (RMF) requirements.
Key Requirements
Vendors must address detailed technical specifications, including analyzer-grade water systems, Uninterrupted Power Supply (UPS) units, environmental sensors, and hazardous waste management in accordance with 40 CFR Part 261. Data accessibility is critical, requiring open access to processing data in an ODBC-compliant, unencrypted format with a full data dictionary. Performance standards mandate a minimum 95% uptime for all analyzers at each MTF, with a 30-day acceptance period at 95% effectiveness post-installation. Service requirements include 24-hour technical assistance with a 2-hour callback, 24-hour on-site service for routine repairs, and 48-hour equipment repair. Reagents must have at least 6-month (preferably 12-month) expiration dates from delivery. Site-specific information details logistical and technical needs for each MTF, including space, power, and operational requirements.
Contract Details
This is a Firm-Fixed-Price (FFP) contract structured with one base year and four option years, plus a potential 6-month extension. The North American Industry Classification System (NAICS) Code is 334516 (Analytical Laboratory Instrument Manufacturing; size standard 1000 employees), and the Product and Service Code (PSC) is 6550 (In-Vitro Diagnostic Substances, Reagents, Test Kits and Sets). This is an unrestricted procurement open to all qualified offerors, including Original Equipment Manufacturers (OEMs) or authorized dealers.
Evaluation
Award will be made on a "Best Value Tradeoff" basis, considering:
- Technical
- Past Performance
- Information Assurance
- Price Factors 1 and 2 are approximately equal and combined are more important than Factor 3. Factors 1, 2, and 3 combined are more important than Factor 4 (Price). Unacceptable ratings in Technical or Information Assurance, or Limited/No Confidence in Past Performance, will lead to disqualification.
Important Notes
This is currently a DRAFT RFQ, and no quotes are due at this time. Interested parties should monitor SAM.gov for the release of the final solicitation. The Medical Device and Equipment Risk Assessment (MDERA) Questionnaire (Enclosure B) is a mandatory component for assessing security compliance with DoD/DHA policies and the Risk Management Framework (RMF).