Hematology and Reagents
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 soliciting proposals for Hematology Analyzer and Reagents services for the Fox Army Health Center (FAHC) at Redstone Arsenal, AL. This unrestricted opportunity seeks a Cost-Per-Reportable Result (CPRR) solution, including the lease of a hematology analyzer and a digital cell morphology platform. Proposals are due April 9, 2026, at 12:00 PM Local Time.
Scope of Work
This non-personal services contract requires the provision of a Hematology Analyzer system capable of performing Complete Blood Count (CBC) and automated differentials, including a Five Part Differential. The system must interface with a digital cell morphology platform for remote pathologist review and be compatible with the Military Health System (MHS) Genesis. The contractor will furnish all necessary equipment, reagents, consumables, controls, shipping, delivery, installation, and maintenance on a CPRR basis. Compliance with Defense Health Agency (DHA) Cybersecurity Risk Management Framework (RMF) is mandatory.
Contract Details
- Contract Type: Cost-Per-Reportable Result (CPRR) for services/reagents; Firm Fixed Price for certain components.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 325413 (In Vitro Diagnostic Substances, Reagents, Test Kits And Sets).
- Period of Performance: A base year beginning April 15, 2026, with four subsequent option years.
- Place of Performance: Fox Army Health Center, Department of Pathology, Redstone Arsenal, AL.
Submission & Evaluation
Offerors must submit proposals electronically via email to renee.n.combs.mil@health.mil and rashonda.n.jones.civ@health.mil. Files exceeding 20MB should be sent in separate emails. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, considering Technical Capability, Price, and Past Performance. Registration in the System for Award Management (SAM) is required.
Special Requirements
The contractor must provide 24/7 telephonic technical support with a maximum 1-hour callback response time and on-site service within 24 hours when required. Key personnel, including a Program/Contract Manager, Quality Control Manager, and Systems Administrator, are required. Contractor personnel must comply with installation access, security regulations, and complete Anti-Terrorism (AT) Level I, OPSEC, and iWATCH training. Compliance with the Privacy Act, HIPAA, and DoD issuances regarding PII/PHI is mandatory.