FY26 Lab Consolidation for Coagulation CPRR Effort

SOL #: HT941026Q2004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Health Agency (Dha)
DEFENSE HEALTH AGENCY HCD WEST
CAMP PENDLETON, CA, 92055, United States

Place of Performance

Place of performance not available

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

In Vitro Diagnostic Substances, Reagents, Test Kits And Sets (6550)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Apr 30, 2026, 8:00 PM

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 Defense Health Agency (DHA) HCD West is soliciting proposals for a Cost-Per-Reportable Result (CPRR) contract for coagulation analyzers and associated services to support multiple Military Treatment Facilities (MTFs). This unrestricted procurement (RFQ HT941026Q2004) seeks full and open competition for the provision of new, FDA-approved equipment, reagents, maintenance, and training. Quotations are due by April 30, 2026, at 1:00 p.m. Pacific.

Scope of Work

The contractor will provide a comprehensive CPRR solution for coagulation testing, including:

  • Equipment & Supplies: New, FDA-approved coagulation analyzers, reagents, standards, quality controls, consumables, parts, and accessories. Equipment must interface bidirectionally with existing EHR/MHS Genesis CCE and support up to a 50% surge in volume. UPS units and onboard environmental sensors are required.
  • Maintenance & Support: Comprehensive preventive and corrective maintenance to ensure 95% uptime, with 24-hour phone support, 2-hour callback, and 48-hour repair time. Installation, setup, and removal of equipment.
  • Training: User-level and advanced super-user training for government personnel.
  • Data & Reporting: Open access to all processing data (ODBC-compliant, unencrypted download) and robust reporting capabilities (throughput, reagent utilization).
  • Logistics: Continuously stocked inventory of consumables, emergency supply delivery within 24 hours, and proper hazardous waste management (40 CFR Part 261).
  • Cybersecurity: Strict compliance with DoD Cybersecurity/Risk Management Framework (RMF) requirements, including completion of the Medical Device and Equipment Risk Assessment (MDERA) Questionnaire (Enclosure B).

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing (Size Standard: 1000 employees)
  • PSC Code: 6550 – In-Vitro Diagnostic Substances, Reagents, Test Kits and Sets
  • Set-Aside: None (Unrestricted, Full and Open Competition)
  • Period of Performance: One base year (Oct 1, 2026 - Sep 30, 2027) and four option years, plus a 6-month extension (ending March 31, 2032).
  • Installation Deadline: All analyzers must be functioning by October 1, 2027.
  • Locations: Multiple MTFs, with site-specific details (space, power, network, start dates) provided in Enclosure A. The government reserves the right to add additional MTFs.

Submission & Evaluation

  • Quotations Due: April 30, 2026, at 1:00 p.m. Pacific.
  • Questions Due: April 8, 2026, at 1:00 p.m. Pacific.
  • Submission Method: Electronic submission via email to bobbie.s.dobberstein.ctr@health.mil and cc cha-on.p.gordon2.civ@health.mil.
  • Evaluation Factors: Best Value Tradeoff, considering:
    1. Technical (Factor 1)
    2. Past Performance (Factor 2)
    3. Information Assurance (Factor 3)
    4. Price (Factor 4) Factors 1 and 2 are approximately equal and combined are more important than Factor 3. Factors 1, 2, and 3 combined are more important than Factor 4 (Price). Unacceptable ratings in Technical or Information Assurance, or Limited/No Confidence in Past Performance, will disqualify a quoter.
  • Eligibility: Quoters must be an OEM, authorized dealer, distributor, reseller, or service provider verified by the OEM. DBIDS compliance is required for access control.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 24, 2026
Version 3
Pre-Solicitation
Posted: Jan 26, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 26, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 22, 2026
View
FY26 Lab Consolidation for Coagulation CPRR Effort | GovScope