Opportunity
SAM #PR0012407898
Lease and Supply of C. diff and H. pylori Detection Analyzer and Reagents for Army Medical Center
Buyer
W40M Medical Materiel Center-West
Posted
April 29, 2026
Respond By
May 06, 2026
Identifier
PR0012407898
NAICS
532283, 423450, 325413
The Medical Readiness Contracting Office-West (MRCO-W), under the US Army Medical Command, is seeking to lease an analyzer and procure reagents for C. difficile and H. pylori detection at Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, Texas. - Government Buyer: - US Army Medical Command, Health Contracting Activity, Medical Readiness Contracting Office-West (MRCO-W) - Products and Services Requested: - Lease of an analyzer capable of direct detection of C. difficile (Type A & B) toxin antigens and H. pylori stool antigen (HpSA) - Analyzer must support dry testing and fit within a 5” x 5” x 5” space - Onsite maintenance support at CRDAMC required - Reagents: - 150 tests for C. difficile A & B toxin antigen detection - 1500 tests for H. pylori stool antigen detection - Unique or Notable Requirements: - Analyzer must be delivered and validated before contract performance begins - Annual contract with four possible option years - No specific OEMs or vendors named; open to competitive sourcing - Place of Performance: - Carl R. Darnall Army Medical Center, Fort Hood, TX - NAICS Code: 325413 (In-Vitro Diagnostic Substance Manufacturing)
Description
SOURCES SOUGHT SYNOPSIS
INTRODUCTION
The Medical Readiness Contracting Office-West (MRCO-W), Fort Hood, Texas is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide an analyzer and reagents on a Cost Per Test (CPT) lease basis. The analyzer and reagents must be capable of detecting C. difficile bacteria Type A and Type B and H. pylori stool antigen (HpSA) and will be utilized in the laboratory department at Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, TX 76544.
The intent is to procure this CPT analyzer lease on a competitive basis. This request is anticipated to result in a Firm Fixed-Priced contract. It is projected that the requirement will be for a 12- month base period and four (4) 12-month option periods with performance commencing 1 October 2026 to include correlation and validation of equipment. 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.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”
REQUIRED SALIENT CHARACTERISTICS/CAPABILITIES
-Analyzer must be able to provide the following test menu: C. difficile toxin antigens for direct detection and H. pylori stool antigen detection, in the quantities listed below in “Reagents List”
-Delivery of analyzer and reagents no later than (NLT) 01 JUL26 to enable correlation and validation testing in time to meet 01OCT26 contract performance start date
-Dry testing capability
-Space constraints: 5” x 5” x 5”
-Proposed vendor must be able to travel to Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, TX 76544 to provide maintenance support
Reagents List:
C. difficile A & B toxin antigen detection reagent - 150 tests
H. pylori stool antigen (HpSA) detection reagent - 1500 tests
ELIGIBILITY
The applicable NAICS code for this requirement is 325413 In-Vitro Diagnostic Substance Manufacturing.” The Small Business Size Standard is 1,250 employees. The Product Service Code (PSC) is 6550- in vitro diagnostic substances, reagents, test kits and sets.
SUBMISSION DETAILS
Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to deliver the products listed above. 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 meet personnel requirements.
•Offeror’s capability to perform a contract of this magnitude and complexity (include offeror’s capability to provide an analyzer and reagents capable of detecting HpSA and C. difficile Type A and Type B on a Cost Per Test (CPT) basis.
•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.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, MAJ Elliott Boice, in either Microsoft Word or Portable Document Format (PDF), via email at elliott.r.boice2.mil@health.mil no later than 4:00 p.m. Central Daylight Time (CDT) on 6 May 2026 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Telephonic inquiries will NOT be honored. All interested businesses must be registered in the System for Award Management (SAM) at https://www.sam.gov to be eligible for award of Government contracts. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.