Supply and Delivery of Medical Testing Kits
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 U.S. Embassy Manila is soliciting quotations for the Supply and Delivery of Medical Testing Kits to Quezon City, Philippines. This is a Firm Fixed-Price contract with an anticipated base year and four one-year option periods. Quotations are due May 8, 2026, by 12:00 NN Philippine local time. This opportunity is not a Small Business Set-Aside.
Scope of Work
The requirement includes the supply and delivery of various medical testing kits, such as:
- Rabies Vaccine Kits (500 kits)
- Syphilis Testing Kits (2 kits)
- GC/Chlamydia Testing Kits (5 kits)
- STI Prophylaxis Testing Kits (1 kit)
- Gram POS/NEG Bacterial Testing Kits (1 kit)
- Blood Typing/Screening Kits (2000 kits)
Delivery is required within 30 business days after receipt of the purchase order to the JJLL/Amentum Property Warehouse in Quezon City, Philippines. Offshore vendors must utilize Delivered Duty Paid (DDP) Incoterm, with door-to-door shipping included in the cost.
Contract Details
This will be a Firm Fixed-Price contract, VAT Exempt. The U.S. Government is exempt from ad valorem/specific tax, customs, and duties imposed by the Philippine Government. Payment will be made via Electronic Fund Transfer (EFT) within 30 days of receipt of the original and correct statement of account. Products and services must comply with the NDAA, and vaccines must have at least one year of remaining shelf-life.
Submission & Evaluation
Offers must be submitted electronically in English to ManilaPurchasing@state.gov by May 8, 2026, 12:00 NN (Philippine local time). Electronic submissions should not exceed 10MB per file; multiple emails are permitted for larger submissions. Required documents include the SF18 form, completed Technical Specifications (Excel file), FAR/DOSAR Clauses, evidence of SAM registration (or Offeror Identification Clause), and vendor vaccine documentation (including seed characteristics, validation studies, and cold chain maintenance). Award will be based on the lowest price technically acceptable offer, and the government may award based on initial offers without discussion. Offerors must be registered in the System for Award Management (SAM) database.
Eligibility/Notes
This is not a Small Business Set-Aside. U.S. firms are eligible for payment in U.S. dollars, while foreign firms will be paid in local currency. Manufacturer brochures, comprehensive specifications, and/or product photographs are required to verify compliance. Alternatives may be considered in accordance with FAR 52.211-6 Brand Name or Equal.
Primary Contact: Maria Salve Catriona Ponting (ManilaPurchasing@state.gov, 63253012000)