Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2026 SAM #8881
SOLICITATION NOTICE

W -- Notice of Intent to Sole Source Nucleic Acid Testing (NAT) Analyzers

Notice Date
3/19/2026 10:12:04 AM
 
Notice Type
Presolicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
DEFENSE HEALTH AGENCY SAN ANTONIO TX 78230 USA
 
ZIP Code
78230
 
Solicitation Number
PANDHA26P0000030728
 
Response Due
4/3/2026 11:00:00 AM
 
Archive Date
04/18/2026
 
Point of Contact
Matthew Brinkmann, Corey Black
 
E-Mail Address
matthew.j.brinkmann.civ@health.mil, corey.a.black.civ@health.mil
(matthew.j.brinkmann.civ@health.mil, corey.a.black.civ@health.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The 59th Medical Wing (59 MDW) at JBSA-Lackland, Texas, has a requirement for the lease, maintenance, and support of three (3) Nucleic Acid Testing (NAT) Analyzers. Pursuant to FAR Overhaul 6.103-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements,"" the Government intends to award a sole-source contract to Grifols Diagnostic Solutions for this requirement. This notice serves a dual purpose: to announce the Government�s intent to award on a sole-source basis and to conduct market research to determine if other potential sources are capable of satisfying this requirement. The contractor shall provide all-inclusive support for three (3) new (not refurbished) NAT analyzers. The core requirements include, but are not limited to: Lease & Installation: Provide, install, and validate three fully operational NAT analyzers compatible with the Government's existing Grifols-specific pipettor. Assay Portfolio: The system must be capable of simultaneously testing for West Nile Virus (WNV), Hepatitis B Virus (HBV), Hepatitis C Virus (HCV), Human Immunodeficiency Virus (HIV), and Babesia. Technical Performance: Throughput: Minimum of 275 results in 8 hours or 500 results in 24 hours. Footprint: Two analyzers must fit within a 238 sq. ft. space. Utilities: Must not require a dedicated water treatment system. Power: Contractor must provide an uninterruptible power supply (UPS) for the system. Support & Maintenance: 24/7 live telephone hotline support. 24-hour on-site technical service response time if an issue cannot be resolved remotely. Service must include all preventative maintenance, parts, labor, and software/hardware upgrades. Interoperability: The system must provide a bi-directional interface with the facility's Electronic Health Record (EHR) system. Training: Provide initial and ongoing annual training for Government personnel. All services must be performed in accordance with College of American Pathologists (CAP), the Association for the Advancement of Blood and Biotherapies (AABB), and Food and Drug Administration (FDA) standards. While the Government intends to proceed with a sole-source award, all responsible sources who believe they can meet or exceed all of the above requirements (including in the associated SOW) are encouraged to submit a capability statement for consideration. This statement should provide clear and convincing evidence of the vendor's ability to meet the requirement, including compatibility with the Government's existing pipetting system. Interested parties must provide the following in their response: Company Information: Company name, address, UEI number, CAGE code, and business size status (e.g., Small Business, 8(a), HUBZone, etc.). Technical Approach: A narrative addressing each of the requirements salient needs. The response must specify the proposed analyzer model and explain how it meets all mandatory requirements, including full compatibility with the Government-owned pipettor to achieve comparable cost savings. Supporting Documentation: Product specification sheets for the proposed equipment. Support Plan: A description of the company�s maintenance and technical support structure, including service response times and training programs. The authority for this non-competitive award is 10 USC 2304(c)(l), Only one responsible Source. The Government intends to procure this sole source requirement under Other than Full and Open Procedure IAW FAR part 6 and Commercial procedures in FAR part 12. This notice is for informational and market research purposes only; it is not a Request for Proposal (RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Oral communication will not be acceptable in response to this notice. The information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If no affirmative responses are received that demonstrate an ability to meet the requirement, the Government will proceed with the intended sole-source award. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/843d231d2eea4c63b10f8ba29833bf2a/view)
 
Place of Performance
Address: JBSA Lackland, TX, USA
Country: USA
 
Record
SN07750740-F 20260321/260319230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.