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 Department of Defense, Defense Health Agency (DHA) has issued a Presolicitation for the FY26 Lab Consolidation for Coagulation CPRR Effort. This initiative seeks a single contract for Coagulation analyzers, reagents, and consumables to support 28 military treatment facilities (MTFs). A Draft Scope of Work (SOW) is currently available for industry feedback. Feedback on the Draft SOW is due by February 5, 2026.
Scope of Work
This requirement is for a Cost-Per-Reportable Result (CPRR) contract covering Coagulation analyzers and associated supplies, initially for 12 specified MTFs, with potential for expansion. The CPRR price must be all-inclusive, covering reagents, standards, quality controls, consumables, parts, maintenance, training, installation, and peripheral equipment. Equipment must be new, FDA-approved, capable of performing tests without third-party reagents, and interface bidirectionally with existing LIMS and EHR systems. Contractors must provide solutions for potential volume surges (up to 50%), describe hazardous waste, and provide disposal guides. Continuous inventory, 24-hour emergency supply delivery, and reagent tracking are also required.
Performance Standards
Key performance requirements include maintaining equipment at 95% uptime, providing user-level and advanced training, and ensuring analyzers meet specific technical criteria like random access and continuous testing. Equipment must achieve 95% effectiveness for 30 consecutive days after a minimum of 100 hours of operational use.
Contract & Timeline
- Type: Presolicitation (intent to award a single contract, Full and Open competition)
- Duration: One base year and four option years
- Set-Aside: None specified
- Draft SOW Feedback Due: February 5, 2026
- Official RFP Release: Expected by end of February 2026
- Published: January 22, 2026
- Analyzers Functioning By: October 1, 2027
Additional Notes
All questions regarding this notice or the Draft SOW should be directed to Bobbie S. Dobberstein (bobbie.s.dobberstein.ctr@health.mil). Vendors are strongly encouraged to monitor SAM.gov for all future notifications, including the official Request for Proposal (RFP) and evaluation factors. The government's objective is to award a single contract covering all 28 locations.