Intent to Sole Source - Fertility Preservation Lab Services
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 National Institutes of Health (NIH) intends to award a sole source contract to Shady Grove for Fertility Preservation Lab Services in Bethesda, MD. This is a Notice of Intent, not a Request for Proposal. The NIH Clinical Center requires specialized support services and facilities for fertility preservation procedures not available in-house, as outlined in a Memorandum of Understanding (MOU) with the Walter Reed National Military Medical Center (WRNMMC).
Scope of Work
The contractor will provide comprehensive fertility preservation lab services, including:
- Personnel, services, materials, equipment, and supplies for processing, freezing, and storing oocytes (eggs) harvested by WRNMMC staff.
- Labor, materials, equipment, and supervision for an on-site laboratory at WRNMMC.
Contract & Timeline
- Type: Notice of Intent to Sole Source (Special Notice)
- Product Service Code: Q301 (Reference Laboratory Testing)
- Justification Authority: 41 U.S.C. 253(c)(1) as implemented by FAR 6.302-1 (only one responsible source).
- Response Due: May 29, 2026, by 12:00 PM Eastern Standard Time
- Published: May 14, 2026
- Place of Performance: Bethesda, MD
Justification for Sole Source
The sole source justification highlights Shady Grove Fertility at Walter Reed's unique qualifications, including a board-certified reproductive endocrinologist, specialized cryopreservation equipment, monitoring, and alarm systems. They also possess crucial historical data essential for continuity of care and data integrity. Formal market research was not conducted due to the proprietary nature of the requirement, the high cost and clinical impact of transitioning to another laboratory, and the need to revalidate historical results. The incumbent's historical data is considered proprietary and essential, making it difficult to overcome barriers to competition for future acquisitions. Prior acquisitions have been deemed fair and reasonable.
Response Information
This is not a request for proposal. However, all responsible sources capable of providing the required services may submit a capability statement for consideration. Submissions should reference "NOI-OLAO-CC-26-002539" in the subject line and be emailed to valerie.gregorio@nih.gov. A determination not to compete this requirement, based on responses, is solely at the Government's discretion.