Loading...
HT001526RE001SYNOPSIS
Response Deadline
May 12, 2026, 7:00 PM(CDT)5 days
Eligibility
Contract Type
Special Notice
1. SYNOPSIS AND INTRODUCTION
The Defense Health Agency (DHA) is issuing this pre-solicitation notice to inform industry of an upcoming requirement to provide Clinical Reference Laboratory Testing Services (CRLTS). The purpose of this notice is to provide maximum advanced notification to industry to aid in proposal planning. This is a follow-on requirement to the services currently being performed under contract W81K04-21-D-0001, which is set to expire on June 30, 2026.
2. REQUIREMENT DESCRIPTION
The Government requires a contractor to provide comprehensive, nonpersonal clinical reference laboratory testing services. The scope includes menu of approximately 6,960 specialized medical tests that the Government cannot perform in-house due to a lack of capability, capacity, or specialized infrastructure. These services will support approximately 205 Military Treatment Facilities (MTFs) globally. A critical technical requirement of this effort is the contractor's ability to establish and maintain a secure, bidirectional electronic interface between its commercial Laboratory Information System (LIS) and the Government's MHS Genesis electronic health record. The contractor must also meet stringent DoD cybersecurity requirements, including compliance with NIST SP 800-171 and the CMMC 2.0 framework, as will be detailed in the solicitation.
3. PROPOSED ACQUISITION STRATEGY
The Government’s proposed acquisition strategy is as follows: Competition: Full and Open Competition. Contract Vehicle: A single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. Period of Performance: A five-year base ordering period and one five-year optional ordering period, for a total potential ordering period of ten (10) years. Contract Type: Firm-Fixed-Price (FFP) task orders and/or Contract Ordering Official Card (COOC)/Government Purchase Card (GPC) orders. Source Selection Process: Performance Price Tradeoff (PPT), where non-price factors (e.g., Technical, Performance Risk, Small Business Subcontracting Participation), when combined, are significantly more important than price.
4. INCUMBENT INFORMATION
The incumbent contractor for these services is LabCorp Inc., under contract W81K04-21-D-0001.
5. ANTICIPATED RELEASE
This notice serves as a follow-on to the Draft Request for Proposal (RFP) that was previously posted for industry on 6 May 2026. The Government anticipates releasing the formal solicitation on or about 13 May 2026. Please note the Government does not anticipate any major modifications to this Draft RFP or its associated attachments prior to final release. All parties are advised to continue monitoring SAM.gov for the posting of the formal RFP and any subsequent announcements/notices associated with this requirement.
6. DISCLAIMER
This pre-solicitation notice is for informational and planning purposes only and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the interested party’s expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued.
Tamara Fenwick
Michael T. Bilicki
DEPT OF DEFENSE
DEFENSE HEALTH AGENCY (DHA)
DHA ENTERPRISE MED SUPPORT EMS-CD
DHA ENTERPRISE MED SUPPORT EMS-CD
OLD BAMC BLDG. 1000
4130 STANLEY ROAD, SUITE 208
FORT SAM HOUSTON, TX, 78234
NAICS
Medical Laboratories
PSC
REFERENCE LABORATORY TESTING
Set-Aside
No Set aside used