Notice of Intent to Sole Source Nucleic Acid Testing (NAT) Analyzers
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 59th Medical Wing (59 MDW) at JBSA-Lackland, Texas, has issued a Notice of Intent to Sole Source for the lease, maintenance, and support of three Nucleic Acid Testing (NAT) Analyzers. The Government intends to award a sole-source contract to Grifols Diagnostic Solutions under the authority of FAR 6.103-1 and 10 USC 2304(c)(l).
This notice also serves as market research to identify other potential sources capable of meeting the requirement. Capability statements are due by April 3, 2026.
Scope of Work
The contractor shall provide all-inclusive support for three new NAT analyzers for the Blood Donor Center, intended for screening blood and plasma donations for infectious diseases. Key requirements include:
- Lease & Installation: Provide, install, and validate three fully operational NAT analyzers compatible with the Government's existing Grifols-specific pipettor.
- Assay Portfolio: Capable of simultaneously testing for West Nile Virus (WNV), Hepatitis B Virus (HBV), Hepatitis C Virus (HCV), Human Immunodeficiency Virus (HIV), and Babesia.
- Technical Performance: Minimum throughput of 275 results in 8 hours or 500 results in 24 hours; two analyzers must fit within a 238 sq. ft. space; no dedicated water treatment system required; contractor must provide an uninterruptible power supply (UPS).
- Support & Maintenance: 24/7 live telephone hotline support; 24-hour on-site technical service response; all preventative maintenance, parts, labor, and software/hardware upgrades included.
- Interoperability: Bi-directional interface with the facility's Electronic Health Record (EHR) system.
- Training: Initial and ongoing annual training for Government personnel.
All services must comply with College of American Pathologists (CAP), Association for the Advancement of Blood and Biotherapies (AABB), and Food and Drug Administration (FDA) standards.
Contract & Timeline
- Type: Presolicitation (Notice of Intent to Sole Source)
- Authority: 10 USC 2304(c)(l) - Only one responsible Source
- Set-Aside: None (Sole Source Intent)
- Response Due: April 3, 2026, 6:00 PM ET
- Published: March 19, 2026
- Place of Performance: JBSA Lackland, TX
Submission Requirements
Responsible sources who believe they can meet all requirements are encouraged to submit a capability statement providing clear and convincing evidence. Responses must include:
- Company Information: Name, address, UEI, CAGE, and business size status.
- Technical Approach: Narrative addressing all salient needs, proposed analyzer model, and full compatibility with the Government-owned pipettor.
- Supporting Documentation: Product specification sheets.
- Support Plan: Description of maintenance and technical support structure, including service response times and training programs.
Additional Notes
This notice is for informational and market research purposes only and is not a Request for Proposal (RFP). The Government is not obligated to pay for information received. If no affirmative responses demonstrate the ability to meet the requirement, the Government will proceed with the intended sole-source award to Grifols Diagnostic Solutions.