Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2026 SAM #8871
SPECIAL NOTICE

66 -- Notice of intent to sole source Chemistry/Immunoassay analyzer lease services and its required reagents/consumables

Notice Date
3/9/2026 9:19:41 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEFENSE HEALTH AGENCY SAN ANTONIO TX 78230 USA
 
ZIP Code
78230
 
Response Due
3/21/2026 8:00:00 AM
 
Archive Date
04/05/2026
 
Point of Contact
Khaireyal Barcia, Meagan Askew
 
E-Mail Address
khaireyal.y.barcia.civ@health.mil, meagan.e.askew.civ@health.mil
(khaireyal.y.barcia.civ@health.mil, meagan.e.askew.civ@health.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Defense Health Agency (DHA) intends to award a sole-source contract with ROCHE DIAGNOSTIC CORPORATION for the following items: Chemistry/Immunoassay analyzer and all required reagents/consumables, including installation of the system, analyzer, workstation, monitor, and Uninterruptible Power Supply (UPS). The NAICS code is 334516. The minimum specification requirement shall include the following: Equipment must be capable of handling all routine sample collection tubes plus other various sized sample containers, e.g., sample cups (0.5, 1.0, and 2.0 ml), carrier tubes and tube inserts. Must have Autocal option for specific chemistry assays. Have capacity for 750 tests/hour on Chemistry and 120 tests per hour for immunoassay. One analyzer must test both Chemistry and Immunoassay specimens. Must have on-board test capacity of 73 reagent positions for multiple assays. Run up to 10 user defined assays at one time. Provide sample management with clot detection, foam detection, liquid Level-Sensing, short-sample detection. The system must save the sample if a clot is detected during primary aspiration. Be able to determine hemolysis, icterus and turbidity levels. It must flag only assays affected by the interference and send notification to LIS (CHCS and MHS Genesis) or data management system. Laboratory workload requirements without requiring a water system, nor the associated drains and maintenance associated with such. Dimensions will not exceed 21.5 square feet excluding optional cart due to space restrictions in the facility. 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 NOT A REQUEST FOR COMPETITIVE PROPOSALS, and a solicitation will not be issued. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. If no affirmative written responses are received by 10:00 am (CST) on March 21, 2026, the award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the government not to compete with this proposed requirement is solely within the discretion of the government. Please see draft PWS for additional details. Capability statement may be provided via email to Contracting Officer, Ms. Meagan E. Askew at meagan.e.askew.civ@health.mil and Contract Specialist, Ms. Khaireyal Y. Barcia at khaireyal.y.barcia.civ@health.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/dca9d142c14c4edda5972b6abc654d98/view)
 
Place of Performance
Address: Sheppard AFB, TX 76311, USA
Zip Code: 76311
Country: USA
 
Record
SN07738038-F 20260311/260309230038 (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.