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 soliciting quotations for a Cost-Per-Reportable Result (CPRR) contract for coagulation analyzers, reagents, and consumables to support multiple Military Treatment Facilities (MTFs). This is an unrestricted procurement open to full and open competition. Quotations are due by 1:00 P.M. PST on Thursday, May 14, 2026.
Scope of Work
This requirement, under RFQ HT941026Q2004, involves providing all reagents, standards, quality controls, supplies, and consumables for coagulation analyzers. The contractor will deliver, install, and remove new, FDA-approved laboratory analyzers and peripheral equipment (e.g., printers, UPS). Equipment must interface bidirectionally with existing Electronic Health Records (EHR) and Military Healthcare System (MHS) Genesis. The contract also includes comprehensive maintenance, user and super-user training for government personnel, and monthly reporting. Contractors must provide capacity for up to a 50% surge in volume and manage hazardous waste according to CFR Title 40.
Performance Standards
Key performance metrics include a minimum uptime rate of 95% for all analyzers at each MTF, calculated on a rolling 6-month basis. Equipment must pass acceptance testing with 95% effectiveness over 30 consecutive days post-installation. Response times for technical assistance are 2 hours (callback), with 24-hour on-site service for routine repairs and equipment repair within 48 hours. Reagents must have at least 6 months (preferably 12 months) of shelf life from delivery.
Period & Place of Performance
The contract consists of one base year and four option years. Performance will occur at numerous MTFs, including Naval Hospital Bremerton, Naval Hospital Camp Pendleton, Madigan Army Medical Center, Naval Medical Center San Diego, Tripler Army Medical Center, and others. All analyzers must be functioning and live by October 1, 2027. Site-specific details regarding network, start dates, equipment dimensions, and power requirements are provided in Enclosure A.
Contract Details
- Solicitation Number: HT941026Q2004
- Contract Type: Firm-Fixed-Price (FFP)
- NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing (Size Standard: 1000 employees)
- PSC Code: 6550 – In-Vitro Diagnostic Substances, Reagents, Test Kits and Sets
- Set-Aside: None (Unrestricted, Full and Open Competition)
Submission & Evaluation
Quotations must be submitted electronically to bobbie.s.dobberstein.ctr@health.mil and cha-on.p.gordon2.civ@health.mil. Award will be based on a Best Value Tradeoff, considering Technical, Past Performance, Information Assurance, and Price. Technical and Past Performance are approximately equal and, combined, are more important than Information Assurance. All three combined are more important than Price. Questions were due by April 8, 2026.
Special Requirements
All equipment must be new, FDA-approved, and capable of performing tests without third-party reagents. Compliance with DoD Cybersecurity/Risk Management Framework (RMF) requirements is mandatory, including completion of the Medical Device and Equipment Risk Assessment (MDERA) Questionnaire (Enclosure B). Contractors must be an Original Equipment Manufacturer (OEM) or an authorized dealer/reseller. DBIDS compliance is also required for vendor access.