Notice of intent to sole source Chemistry/Immunoassay analyzer lease services and its required reagents/consumables
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) intends to award a sole-source contract to ROCHE DIAGNOSTIC CORPORATION for the lease of a Chemistry/Immunoassay analyzer system and all required reagents/consumables. This notice is for a non-competitive award, not a request for competitive proposals. Interested parties must demonstrate clear and convincing evidence that competition would be advantageous to the Government by March 21, 2026, 10:00 am (CST).
Scope of Work
The requirement includes leasing and maintaining a Chemistry/Immunoassay analyzer, workstation, monitor, and Uninterruptible Power Supply (UPS) for the Sheppard Medical Group laboratory in DWG, TX. The contractor will provide all necessary labor, materials, transportation, replacement parts, and reagents/supplies. Key analyzer specifications include:
- Capable of handling various sample containers (0.5, 1.0, 2.0 ml cups, carrier tubes).
- Autocal option for specific chemistry assays.
- Capacity for 750 tests/hour (Chemistry) and 120 tests/hour (Immunoassay).
- One analyzer must test both Chemistry and Immunoassay specimens.
- On-board test capacity of 73 reagent positions.
- Sample management with clot detection, foam detection, liquid level-sensing, and short-sample detection.
- Ability to determine hemolysis, icterus, and turbidity levels, flagging only affected assays.
- Operates without requiring a water system.
- Dimensions not exceeding 21.5 square feet.
Contract & Timeline
- Contract Type: Sole-Source (Lease Agreement)
- Authority: 10 USC 2304(c)(l), Only one responsible Source
- Procedures: Other than Full and Open Procedure (FAR part 6) and Commercial procedures (FAR part 12).
- Duration: Basic one-year lease with four one-year options.
- Set-Aside: Not Applicable (Sole Source)
- Response Due: March 21, 2026, 10:00 am (CST)
- Published Date: March 6, 2026
Response Requirements
This is not a request for competitive proposals. A solicitation will not be issued. Interested concerns must submit affirmative written responses showing clear and convincing evidence that competition for this requirement would be advantageous to the Government. Oral communications are not acceptable.
Additional Notes
- The analyzer must be compatible with the Composite Health Care System (CHCS) and MHS Genesis.
- No facility modifications are authorized to house the analyzer.
- Contractor must provide proof of access to manufacturer's spare parts and test equipment.
- Compliance with HIPAA and DoD privacy regulations, including a Business Associate Agreement (BAA), is required.
- Capability statements may be emailed to Contracting Officer, Ms. Meagan E. Askew (meagan.e.askew.civ@health.mil) and Contract Specialist, Ms. Khaireyal Y. Barcia (khaireyal.y.barcia.civ@health.mil).