The Medical Readiness Contracting Office West (MRCO -W) is issuing this Combined Synopsis/ Solicitation for a cost-per-reportable-result agreement to conduct Hematology Testing for the CBC, Reticulocyte Counts, and Body Fluid Count in support of the BAMC.
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 Medical Readiness Contracting Office West (MRCO-W) is soliciting proposals for Hematology Testing Services for Brooke Army Medical Center (BAMC) and its surrounding clinics in Joint Base San Antonio, TX. This opportunity is for a Cost Per Reportable Result (CPRR) agreement, providing instrumentation, reagents, and maintenance. The contract is a Firm Fixed Price award, and proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Offers are due by April 15, 2026.
Scope of Work
The contractor will provide fully automated, discrete, random-access hematology analyzers, reagents, consumables, and associated services. This includes delivery, installation, calibrators, quality control materials, training, and maintenance to ensure a minimum 98% uptime. Instrumentation is required at the Main Core Hematology Laboratory, BAMC Apheresis/Cell Therapy Clinic, and Akeroyd Blood Donor Center. Key services include CBC, Reticulocyte, Residual Leukocyte, and Body Fluid Counts, all utilizing FDA-approved testing materials. The solution must provide redundancy in the Main Core Laboratory and support 24/7 operations.
Technical & Cybersecurity Requirements
A critical aspect is Risk Management Framework (RMF) Compliance and integration with MHS Genesis. Bidders must complete a Risk Management Cybersecurity Assessment Questionnaire (Attachment C3) and adhere to DHA Cybersecurity - RMF Requirements (Attachment C1), including patching, vulnerability scanning (NESSUS, SCAP, STIGs), and obtaining an Authority to Operate (ATO). Contractor personnel require Tier 1 investigation or higher, and adherence to specific RMF assessment timelines (Attachment C2) is mandatory. A data management system (middleware) compatible with MHS Genesis, capable of managing critical values and delta checks, is also required.
Contract Details
- Contract Type: Firm Fixed Price (CPRR agreement)
- NAICS Code: 325413 (Laboratory Equipment And Supplies)
- Product Service Code: 6640 (Laboratory Equipment And Supplies)
- Period of Performance: October 1, 2026, through September 30, 2031 (up to 60 months with options)
- Set-Aside: Unrestricted
- Place of Performance: Brooke Army Medical Center (BAMC) / Joint Base San Antonio (JBSA), TX
Submission & Evaluation
- Offer Due Date: April 15, 2026, 1:00 PM Central Standard Time
- Questions Deadline: April 7, 2026, 4:00 PM Central Standard Time
- Submission: Via email to medina.l.woodson.civ@health.mil and salameya.paulouskaya2.civ@health.mil. Electronic submissions with files larger than 20MB need to be submitted in separate emails.
- Evaluation: Lowest Price Technically Acceptable (LPTA), considering Technical Capability (Instruments/Equipment, Service/Maintenance, Training, Delivery/Installation), RMF Compliance, MHS Capability, and Price. Award will be made on an "all or none" basis.
- Mandatory: Offerors must be registered in SAM.gov and complete the provided Pricing Worksheet (Attachment B).
Contact Information
- Primary: Medina L. Woodson (medina.l.woodson.civ@health.mil, 210-808-5753)
- Secondary: Salameya Paulouskaya (salameya.paulouskaya2.civ@health.mil, 210-539-8656)