Search Contract Opportunities

STI Molecular NAAT

ID: W81K0225QA091 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Department of Pathology is requesting a contract for reagents and instrumentation for the detection of Chlamydia trachomatis, Neisseria gonorrhea, and Mycoplasma genitalium at Madigan Army Medical Center (MAMC). The system will include an automated, random-access nucleic acid testing analyzer with FDA-approved assays for C. trachomatis, N. gonorrhea, and M. genitalium; workstation with LCD touchscreen; uninterruptable power supply; and vacuum pump. Due to the high volume of this testing, two systems will be part of the contract to ensure uninterrupted patient care during downtime and/or maintenance requirements of the system. The platform may not be limited to C. trachomatis, N. gonorrhea, and M. genitalium testing and may be expanded to include amplification-based molecular testing for other pathogens in the future depending on the patient testing needs at MAMC. Instrumentation should perform molecular diagnostics with excellent quality, consistency, and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). Contractor must be able to perform bi-annual calibrations and/or preventive maintenance. Contractor must be able to perform emergency services within 24 hours of service call and completed within 48 hours of arrival. Contractor must follow any requirements dictates by the AT/OPSEC Standard Contract Provision, be able to meet requirements for an Authority to Operate (ATO) on the DHA network, and be able to bi-directionally interface with the LIS. Contractor must provide all equipment, consumables, and supplies. Contractor must have system in place, validated, and able to produce results on 1 October 2025. This contract shall be a 5 year IDIQ (Delivery Orders issued annually), beginning 1 October 2025. Contractor access to JBLM is only required to perform mandatory maintenance or troubleshooting.

Background
The Department of Pathology is requesting a contract for reagents and instrumentation for the detection of Chlamydia trachomatis, Neisseria gonorrhea, and Mycoplasma genitalium at Madigan Army Medical Center (MAMC).

The goal is to maintain the latest instrumentation to provide quality patient care for these infections in a timely manner, especially with expected increases in testing volume. The contract aims to reduce staff time and improve turnaround time (TAT) for clinical management by offering testing during more shifts.

Work Details
The system will include:
- An automated, random-access nucleic acid testing analyzer with FDA-approved assays for C. trachomatis, N. gonorrhea, and M. genitalium.
- A workstation with LCD touchscreen.
- An uninterruptable power supply.
- A vacuum pump.

Due to high testing volumes, two systems will be included in the contract to ensure uninterrupted patient care during maintenance or downtime. The platform may also be expanded in the future to include amplification-based molecular testing for other pathogens as needed. Instrumentation must meet performance characteristics defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). The contractor must provide all equipment, consumables, supplies, and perform bi-annual calibrations and emergency services within specified timeframes.

Period of Performance
This contract shall be a 5-year IDIQ (Indefinite Delivery Indefinite Quantity), beginning on 1 October 2025.

Place of Performance
Madigan Army Medical Center (MAMC), Joint Base Lewis-McChord (JBLM), Washington.

Overview

Response Deadline
Sept. 2, 2025, 2:00 p.m. EDT Past Due
Posted
Aug. 7, 2025, 1:47 p.m. EDT
Set Aside
None
Place of Performance
WA 98431 United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 8/7/25 Medical Command issued Synopsis Solicitation W81K0225QA091 for STI Molecular NAAT due 9/2/25. The opportunity was issued full & open with NAICS 334516 and PSC 6515.
Primary Contact
Name
Matthew Kohler   Profile
Phone
None

Secondary Contact

Name
LTC Nathan Gontarz   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W81K0225QA091

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W81K0225QA091

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W81K0225QA091

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W81K0225QA091

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W81K0225QA091

Experts for STI Molecular NAAT

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > MEDCOM > W40M REGIONAL HEALTH CONTRACTING OF
FPDS Organization Code
2100-W81K02
Source Organization Code
100221346
Last Updated
Sept. 17, 2025
Last Updated By
matthew.e.kohler2.civ@health.mil
Archive Date
Sept. 17, 2025