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 issuing a Presolicitation for the FY26 Lab Consolidation for Coagulation CPRR Effort. This initiative aims to award a single, full and open contract for Coagulation analyzers, reagents, and associated services across 28 military treatment facilities (MTFs). The Government intends to release the official Request for Proposal (RFP) by the end of February 2026, following a two-week period for industry feedback on the Draft Scope of Work (SOW).
Scope of Work
This requirement is for a Cost-Per-Reportable Result (CPRR) contract, encompassing Coagulation analyzers, reagents, standards, quality controls, supplies, consumables, parts, accessories, maintenance, training, installation, and peripheral equipment (e.g., printers, UPS). Key requirements include:
- Equipment: New, FDA-approved, capable of performing tests without third-party reagents, and bidirectionally interfaced with existing military Laboratory Information Management Systems (LIMS) and Electronic Health Records (EHR).
- Performance: Analyzers must achieve an overall uptime rate of 95% or better, with performance testing requiring a minimum of 100 hours of operational use and 30 consecutive days at 95% effectiveness.
- Support: Contractors must provide solutions for potential volume surges (up to 50%), continuously stocked inventory, 24-hour emergency supply delivery, and tracking of reagent usage.
- Logistics: Provision of proper disposal guides for hazardous waste, installation/transition services, and compliance with DoD Cybersecurity/Risk Management Framework (RMF) requirements.
- Site-Specifics: An updated attachment provides detailed site-specific information for multiple MTFs, including network requirements, anticipated start dates (e.g., 10/1/2026, 2/1/2027, 10/1/2027), equipment dimensions, power requirements (e.g., 100-240V, 120V/60Hz), and specific operational needs (e.g., automation, clot detection). This information is crucial for bidders to assess feasibility and plan proposals.
Contract & Timeline
- Type: Presolicitation (intends to compete full and open outside GSA).
- Duration: One base year and four option years.
- Set-Aside: None specified (Full and Open).
- Draft SOW Feedback Due: Approximately two weeks from January 26, 2026 (implied by description).
- Official RFP Release: Anticipated by the end of February 2026.
- Published: January 26, 2026.
- All Analyzers Functioning By: October 1, 2027.
Evaluation
Evaluation factors will be posted following the feedback period for the Draft SOW.
Additional Notes
Vendors are strongly encouraged to monitor SAM.gov for all future notifications. All questions regarding this notice or the Draft Scope of Work should be directed to Bobbie Dobberstein at bobbie.s.dobberstein.ctr@health.mil.