x2 Hematology Analyzers and Reagents, Keller 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 Health Readiness Contracting Office (HRCO), Joint Base San Antonio, Fort Sam Houston, TX, is conducting market research through this Sources Sought synopsis. The purpose is to identify capable sources for a full-service maintenance agreement for two (2) fully automated Hematology Analyzers and Reagents at Keller Army Community Hospital, West Point, NY. This is not a solicitation, but a means to determine the procurement method, potentially leading to a Small Business Set-Aside or full and open competition. Responses are due by February 6, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for non-personal services encompassing a full-service maintenance agreement for two hematology analyzers. This includes the provision of analyzers, ancillary equipment, comprehensive maintenance, repair services, support parts, and training. The analyzers must meet specific salient characteristics, including:
- Performing RBC, WBC, hemoglobin, hematocrit, RBC indices, retic count, and a 6-part WBC differential (including immature granulocytes).
- Capability for body fluid analysis and reticulocyte analysis.
- Cyanide-free hemoglobin detection reagents that are flushable into hospital waste lines.
- Operational features like autoloader walk-away capabilities, secondary aspiration for bullet tubes, advanced interference detection software, and automatic rerun/reflex capabilities.
- 48-hour sample stability.
- A physical footprint not exceeding 40" wide, 40" tall, and 34" depth.
- Inclusion of an inter-laboratory quality assurance program and a service contract for parts and labor.
- Connectivity with MHS Genesis and operation on the DHA network with an approved Authorization to Operate (ATO).
- FDA approval. The applicable NAICS code is 334516 Analytical Laboratory Instrument Manufacturing.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: May be set-aside for Small Businesses or procured through Full and Open Competition (single award).
- Response Due: February 6, 2026, 2:00 PM EST
- Published: January 22, 2026
Evaluation
Responses will be evaluated to ascertain potential market capacity and to determine the most appropriate procurement method. The government will assess organizational and staff capabilities based on submitted information.
Additional Notes
This is for market research only and does not constitute a request for proposals. The government assumes no financial responsibility for costs incurred by respondents. Interested parties should provide their organization's details and tailored capability statements. Telephone inquiries will not be accepted, and no feedback will be provided.