SOURCES SOUGHT FOR HE REAGENTS SUPPLIES MARTIN ARMY COMMUNITY HOSPITAL
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 Department of the Army is conducting a Sources Sought for HE reagents equipment and an automated hematoxylin and eosin tissue staining system for Martin Army Community Hospital (MACH), Fort Benning, GA. This market research aims to identify qualified firms capable of providing a lease contract for the system, including reagents, supplies, service, and training. This opportunity is designated as a Total Small Business Set-Aside. Responses are due by May 15, 2026.
Purpose & Scope
This is a Sources Sought Notice for market research purposes only; it is not a solicitation and no contract will be awarded from this synopsis. The government seeks information on industry capabilities to provide a lease contract for an automated hematoxylin and eosin tissue staining system for MACH. The scope includes delivery, installation, all necessary reagents, supplies, consumables, comprehensive service (preventive maintenance and repairs), staff training, and system removal. The system must interface with LIS, MHS Genesis Cerner Pathnet, and Copath, with hardware and maintenance included. It must support Hematoxylin and Eosin staining, Special stains, PAP staining, and film cover slipping.
Key Requirements
- Analyzers: FDA approved, high-capacity (>= 300 slides/hour), automated, continuous/batch loading, barcode reader, Windows 10+, interfaces with MHS Genesis, Pathnet, CoPath Plus, and specimen tracking systems. Must include data management, online venting, and capabilities for various staining types and film cover slipping.
- Reagents & Supplies: FDA approved, ready-to-use, with expiration dates no less than 6 months from delivery. Proper packaging and shipping at specified temperatures.
- Services: Installation, on-site technical support, all reagents/supplies for installation/validation, scheduled/unscheduled repairs, preventive maintenance, 24-hour telephonic troubleshooting, 4-hour service call response, 24-hour deficiency correction, and temporary analyzer provision during extended repairs. Initial training for 2 personnel at vendor's facility and on-site training as needed.
- Software & Cybersecurity: All software and part upgrades at no additional cost. Strict adherence to U.S. Army Cybersecurity and Risk Management Framework (RMF) requirements, including obtaining an Authority to Operate (ATO) within 12 months of award and maintaining it. Personnel requiring privileged access must meet DoD 8570.01-M (IAT-II certification) and undergo background checks.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance (Anticipated): October 1, 2026, through September 30, 2027, with one option year.
- Response Due: May 15, 2026, 8:30 PM EST
- Published: May 7, 2026
- Place of Performance: Martin Army Community Hospital, Fort Benning, GA.
Submission Requirements
Interested firms must be registered in SAM and submit the following via email to donna.l.spence2.civ@health.mil:
- Company name, address, point of contact with phone number, and SAM UEI.
- Documentation relating to performance capability and current point of contact.
- Socio-economic status (large business, SDVOSB, VOSB, small business, Woman Owned, etc.).
- Any other pertinent company documentation.
- SD/VOSB firms must also provide proof of registration in the SBA Vet Cert.
Additional Notes
This is for informational and planning purposes only and does not obligate the Government to issue a solicitation. The Government will not pay any costs for responses. Respondents will not be notified of results. Firms failing to meet all requirements or provide all requested information will not be used for acquisition decisions.