Hologic Panther

SOL #: HT940826DE002JustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Health Agency (Dha)
DEFENSE HEALTH AGENCY
SAN ANTONIO, TX, 78230, United States

Place of Performance

DWG, TX

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

In Vitro Diagnostic Substances, Reagents, Test Kits And Sets (6550)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 31, 2026

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), specifically its Healthcare Contracting Division (HCD) - South, has posted a Justification and Approval (J&A) for a sole-source acquisition to Hologic, Inc. This action is for a Single-Award, Firm-Fixed-Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to supply consumables, reagents, assays, and lease two (2) Hologic Panther Plus Analyzer systems. The J&A was published on March 31, 2026.

Scope of Work

This contract supports the 59th Medical Wing (MDW) Microbiology and Immunology Laboratory at the Wilford Hall Ambulatory Surgical Center (WHASC), Joint Base San Antonio (JBSA) Lackland, TX. Key requirements include:

  • Supplies/Services: Hologic consumables, reagents, assays, and the lease of two Hologic Panther Plus Analyzer systems (Part No. PRD-06067).
  • Maintenance: Ongoing maintenance of analyzers, associated equipment, reagents, controls, consumables, training, and technical support.
  • Testing: Critical in-house nucleic acid testing for Chlamydia trachomatis (CT), Neisseria gonorrhoeae (GC), Bacterial Vaginosis (BV), Candida species, and Trichomonas vaginalis.
  • Throughput: Capacity to process up to 500 tests in an 8-hour period.
  • Physical Footprint: Analyzers must fit within a limited space of 57" (W) x 39" (D) x 69" (H).

Contract & Timeline

  • Contract Type: Single-Award, Firm-Fixed-Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ).
  • Period of Performance:
    • Base Period: February 10, 2026 – February 9, 2027
    • Option Period 1: February 10, 2027 – February 9, 2028
    • Option Period 2: February 10, 2028 – February 9, 2029
  • Funding Type: Operation & Maintenance (O&M).
  • Published Date: March 31, 2026.

Submission & Evaluation

This document is a justification for a sole-source award, not a solicitation for new proposals. A notice of intent to award was previously published on SAM.gov on January 8, 2026, with a 15-day response period that closed on January 23, 2026. No interested parties other than Hologic, Inc. submitted capability statements in response to that notice.

Eligibility / Set-Aside

This is a sole-source acquisition justified under FAR 6.103-1, indicating that Hologic, Inc. is the only responsible source capable of satisfying agency requirements.

Additional Notes

Market research confirmed Hologic, Inc. as the sole provider of the necessary analyzers, proprietary reagents, consumables, and maintenance services. Competitor systems were evaluated and found to not meet the required throughput, physical footprint, or complete test menu. Failure to secure this capability would significantly impact patient care, medical readiness, and the BMT pipeline.

People

Points of Contact

Matthew BrinkmannPRIMARY
Corey BlackSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Mar 31, 2026
Hologic Panther | GovScope