Middleware for Point of Care Testing
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 Defense Health Agency (DHA), Healthcare Contracting Division-Southeast, has issued Request for Quote (RFQ) HT940626QE019 for a Firm Fixed-Price contract to provide a middleware solution for Point of Care Testing (POCT) connectivity. This solution is required at Naval Medical Center Camp Lejeune (NMCCL), NC, to integrate Roche Accu-Chek Inform II and Abbott i-STAT 1 devices with the hospital's current laboratory information system. This is a full and open competition and a recompete of contract N6809321P0041.
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, and services for a 24/7/365 data management middleware system. Key requirements include:
- Interfacing with 28 Roche Accu-chek Inform II and 4 Abbott i-STAT 1 POCT devices, with capability to accommodate alternate devices.
- Enabling end-users to monitor patient and quality control testing.
- Facilitating the backup, storage, and transmission of POCT data into the patient electronic health record.
- Generating various reports (reagent lot statistics, QC outlier results, patient critical test results).
- Managing quality control, including lockout for failed QC, and allowing remote configuration of instrument settings.
- Providing 24/7 toll-free technical support, initial installation, and post-installation training (up to 8 hours on-site per site).
- Ensuring the software/hardware is approved by DHA and authorized for the DoD network, compliant with Windows Server 2022, and capable of connecting to an HL7 interface.
Contract Details
- Contract Type: Firm Fixed-Price
- NAICS: 541512 (Computer Systems Design Services), Small Business Size Standard: $34.0M
- Set-Aside: None (Full and Open Competition / Unrestricted)
- Period of Performance: Base period from May 12, 2026, to September 30, 2026, with four option years extending through September 30, 2030.
- Place of Performance: Naval Medical Center Camp Lejeune Main Hospital and building NH-200, Camp Lejeune, NC.
Submission & Evaluation
- Questions Due: March 31, 2026, by 2:00 PM ET.
- Quotes Due: April 6, 2026, by 8:00 PM ET.
- Submission: Electronic submission via email. Quotes must include:
- Volume I: Technical Capability (max 3 pages, excluding cover, etc.)
- Volume II: Pricing Sheet (MS Excel)
- Volume III: Redacted Technical Capability (max 3 pages)
- No zip files, classified data, or hyperlinks. Offerors must be registered in SAM.
- Evaluation: Award will be made on a Lowest Priced, Technically Acceptable (LPTA) basis. Technical acceptability is critical and requires a current Authority to Operate (ATO) or the ability to obtain one prior to the period of performance. The Government intends to make an award without discussions.
Points of Contact
- Contract Specialist: Dustin Hadley (dustin.m.hadley.civ@health.mil)
- Contracting Officer: Mrs. Gerrie Johnson (gerrie.m.johnson.civ@health.mil)
- All emails must reference "RFQ- HT940626QE019" in the subject line.