Westover ARB is seeking quotes for one for Medical Lab Testing Services
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued.
(ii) A Blanket Purchase Agreement (BPA) will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2
(v) For Technical Acceptability the Vendor MUST provide:
a. Price per test as outlined in the attachment "Medical Testing Required Test Price List (Fillable)". This document must be filled out entirely and correctly to be considered acceptable.
b. Show the ability to perform 100% of the tests listed below in a timely fashion
c. Vendor (including any possible subcontractors) shall be located within a 30 mile radius of Westover ARB
The 439th Contracting Flight located at Westover Air Reserve Base (WARB), Chicopee, Massachusetts is seeking capabilities packages of potential sources to perform and provide on demand laboratory analytic testing with pickip of specimens provided by the 439th AMDS. Tests including but not limited to the following:
Hemoglobin (Hb) Solubility (Sickle Cell)
Metabolic Panel (8) Basic
Metabolic Panel (14), Comprehensive
Lipid Panel
Hepatic Function Panel
Glucose
CBC with Differential
AST/SGOT
ALT/SGPT
Hepatitis A Virus Antibody Total
Hepatitis B Core Antibody Total
Hemoglobin A1c
Pregnancy Test Urine
ABO Grouping and Rho Typing
Calcium
Ethanol Whole Blood
G6PD
PSA
Urinalysis
Hemoglobin
Hematocrit
TSH
Sedimentation Rate
C-Reactive Protein
Hepatitis C Virus Antibody with reflex
Testosterone
QuantiFERON-TB Gold Plus
PFAS
COVID
All results should be provided within 24 hours of testing. Any critical values will also be reported by phone.
(vi) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size.
Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26.
Vendor Solicitation amendments, if any, need to be acknowledged.
(vii) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of Lowest Price Technically Acceptable (LPTA). Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST incluide pricing information as well as a statement that shows they can complete all of the requested test types, are located within 30 miles, and are able to pickup samples.
(viii) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items
(ix) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(x) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xi) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.
(xii) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xiv) Quotes must be submitted via email no later than (NLT) 12:00 PM EDT Tuesday August 20th 2025 to kyle.kalagher.1@us.af.mil with. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 12:00 PM Tuesday EDT August 13th 2025.
(xv) Questions concerning this solicitation should be directed to kyle.kalagher.1@us.as.mil.