This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. Medical Readiness Contracting Office-West, Fort Hood, TX, has an upcoming requirement to solicit for and award a contract to provide for Blood Bank Testing and Reagents in accordance with Federal Food and Drug Administration regulatory requirements for the Martin Army Community Hospital (MACH), Fort Benning, Georgia,31905. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees’, regarding this requirement is strictly prohibited and will not be honored.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
The North American Classification System (NAICS) code for this requirement is 325413 “In-Vitro Diagnostic Substance Manufacturing” The Small Business Size Standard in 1,250 size standards in number of employees.
Responses to this Sources Sought Notice should demonstrate the firm’s ability, capability, and responsibility to provide and deliver the products listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information:
•Offeror’s name, address, point of contact, phone number, and e-mail address.
•Offeror’s interest in providing a proposal/quote on the solicitation when it is issued.
•Offeror’s capability to provide the products being requested.
•For reference the proposed offeror at a minimum must be able to provide one (1) leased automated Blood Bank Analyzer System and Reagents supplies which performs the full range of immunohematology testing and blood bank reagents for testing ABO/Rh blood types.
•Offeror must be able to ensure that all testing will be performed in accordance with the Food and Drug Administration regulations.
•Offeror must be able to adhere to the requirements of the statement of work.
-Provide analyzers that are FDA approved, 100-240V, and use FDA approved software for FDA approved testing reagents.
-Provide high capacity analyzer that can load 150-200 samples at a time.
-Provide analyzer that has random access, continuous operation and STAT test capability.
-Provide analyzer that has a barcode reader, disk drive with read and write and USB port for loading and downloading data.
-Provide analyzer that has on board operator and troubleshooting manuals.
-Provide analyzer that does not require a direct plumb modification of facility for a water source for operation or waste drain.
-Provide analyzer that can interface with the DoD Electronic Health Record system MHS Genesis and Laboratory Information System Cerner for 2-way communication.
-Provide analyzer with operating system that is compatible with Windows 10 or higher.
-Provide analyzer that has capability for data storage and data management.
-Provide middleware solutions and remote connectivity for analyzer.
-Provide carts and/or tables for analyzers.
-Provide equipment repairs scheduled and unscheduled.
-Provide on-site technical support for installation of analyzers, required validation material, reagents and supplies to bring analyzer to fully operational status.
-Respond to service calls within four hours or the morning of the next duty day if after 5:00pm Monday-Friday and correct deficiencies within 36 hours after arrival on-site.
-Provide temporary analyzer until the original analyzer is repaired or permanently if the original analyzer can’t be repaired.
-Provide alternate testing and validation for prolonged downtime.
-Provide on-site scheduled preventive maintenance service as specified by the manufacturers published maintenance manual as necessary to keep system in good condition including lubrications, cleaning (other than those performed at the operator’s level), calibrations, and diagnostics during the lease period as well as provide an onboard maintenance module at no additional cost.
-Provide 24-hour telephonic troubleshooting.
-Notify the laboratory if there is a recall on any reagents or equipment within 24 hours.
-Provide ready to use reagents and quality control material that do not have to be prepared.
-Ensure proper packaging of reagents, supplies, and equipment and that they are shipped at proper refrigerated or frozen temperatures according to manufacturer specifications.
-Provide FDA approved reagents and quality control material for use in clinical testing that function properly and pass lot to lot testing.
-Ensure all shipments arrive Monday through Friday between the hours of 8:00am and 3:00pm EST; excluding holidays and weekends.
-Respond to phone calls regarding shipment discrepancies the same day of notification and discrepancy will be corrected within 24 hours.
-Provide customer notification of updates on any reagents in writing within 5 business days and ensure continuity of services and availability of reagents during reagent revision when required.
-Provide all software and part upgrades at no additional cost.
-Provide analyzer that has user defined testing capability.
-Must be able to meet DOD Risk Management Framework (RMF) IT cybersecurity certification requirements for analyzer.
-Provide analyzer that can support the following test menu: ABO/Rh typing, Weak D, Rh phenotyping, Antibody Screening, Antigen phenotyping, IgG DAT, IgG Crossmatch, Donor Confirmation, Antigen Screening, Platelet Antibody Screen, Antibody Identification, cord blood testing, QC Testing, ABO Titration, Dilutions, and Cell panels
-Provide both reagents and quality control material for the analyzer test menu and traditional reagents testing per technical exhibit 2 and 3 Test Menu and Reagent list.
-Provide initial key operator training for lab personnel for each system, 1 slot annually every option year, and on-site training as needed.
•Offeror’s capability to perform a contract of this magnitude and complexity (include offeror’s capability to provide Blood Bank Analyzer System and Reagents supplies which performs the full range of immunohematology testing and blood bank reagents for testing ABO/Rh blood types in accordance with Federal Food and Drug Administration regulatory requirements for the Martin Army Community Hospital (MACH) Fort Benning, Georgia. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation -provide at least three (3) examples.
Documentation of appropriate products must be presented in sufficient detail for the government to determine that your company possesses the necessary means to compete for this acquisition.
•Offeror’s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability.
Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract, nor does it restrict the government to a particular acquisition approach. The government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the government.
Interested Offeror shall respond to this Sources Sought Notice no later than 28 July 2025 at 10:00 A.M Central Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of government contracts. Fax or email your response to Bobby J. Etheridge, Contract Specialist email: bobby.j.etheridge.civ@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE ONLY COMMUNICATION METHOD.