Skip to content
Department of Defense

Clinical Reference Laboratory Testing Services

Solicitation: HT001526RE001
Notice ID: 7b04fb15f59e411ca31c23b1ba657a62
TypeSpecial NoticeNAICS 621511PSCQ301Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Health Agency (dha)PostedFeb 20, 2026, 12:00 AM UTCDueMar 09, 2026, 05:00 PM UTCCloses in 15 days

Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 09, 2026. Industry: NAICS 621511 • PSC Q301.

Market snapshot

Awarded-market signal for NAICS 621511 (last 12 months), benchmarked to sector 62.

12-month awarded value
$13,160,343
Sector total $201,161,620 • Share 6.5%
Live
Median
$49,898
P10–P90
$49,898$49,898
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
6.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($13,160,343)
Deal sizing
$49,898 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Fort Sam Houston, TX • 78234 USA

Point of Contact

Name
Tamara Fenwick
Email
tamara.k.fenwick.civ@health.mil
Phone
Not available
Name
Michael T. Bilicki
Email
michael.t.bilicki.civ@health.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
DHA ENTERPRISE MED SUPPORT EMS-CD
Office
Not available
Contracting Office Address
Fort Sam Houston, TX
78234 USA

More in NAICS 621511

Description

Title: DRAFT Request for Proposal (RFP) for Clinical Reference Laboratory Testing Services (CRLTS) - Request for Industry Comments and Questions

NAICS Code: 621511 - Medical Laboratories
Product Service Code (PSC): Q301 - Medical: Laboratory Testing

Response Date:  March 9, 2026 at 12:00 p.m. Central Time
Point of Contact: Michael T. Bilicki, Contracting Officer, michael.t.bilicki.civ@health.mil
Secondary POCs: Tamara Fenwick, tamara.k.fenwick.civ@health.mil; Melissa Hearst, melissa.l.hearst.ctr@health.mil

Description:

1. PURPOSE

This is a Special Notice issued by the Defense Health Agency (DHA) for market research purposes. The Government is posting a DRAFT Request for Proposal (RFP) to solicit feedback, comments, and questions from industry on the attached documents for the follow-on Clinical Reference Laboratory Testing Services (CRLTS) requirement.

DISCLAIMER: This is NOT a formal solicitation or Request for Proposal (RFP), and no contract will be awarded from this notice. The Government will not pay for any information received in response to this notice, nor will it recognize any costs associated with the submission of a response. Participation is voluntary. The purpose of this draft RFP is to improve the clarity, quality, and feasibility of the final solicitation.

2. REQUIREMENT OVERVIEW

The DHA requires a contractor to provide comprehensive, non-personal clinical reference laboratory testing services. The scope includes approximately 6,960 specialized medical tests that the Government cannot perform in-house. These services will support over 205 Military Treatment Facilities (MTFs) globally.

A critical component of this requirement 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 CMMC 2.0.

3. PROPOSED ACQUISITION STRATEGY

The following draft acquisition strategy is provided for industry feedback:

  1. Competition: Full and Open Competition
  2. Contract Vehicle: A single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract
  3. 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.
  4. Source Selection Process: Performance Price Tradeoff (PPT), where non-price factors are significantly more important than price.

4. DRAFT DOCUMENTS FOR REVIEW

Attached to this notice are the following DRAFT documents for industry review:

  1. Draft Request for Proposal (RFP) SF 1449 – HT0015-26-R-E001
  2. Exhibit A - Draft Price List_Schedule of Required Tests
  3. Exhibit B - Draft Clinical Reference Laboratory Testing Services QA Matrix
  4. Exhibit C -Draft Past Performance Summary Sheet
  5. Exhibit D - Draft Past Performance Questionnaire
  6. Exhibit E – Draft Subcontractor Teaming Partner Letter and Table
  7. Attachment 1 – Draft Performance Work Statement (PWS)
  8. Attachment 2 – Draft Addendum to FAR 52.212-1 (Instructions to Offerors)
  9. Attachment 3 – Draft Addendum to FAR 52.212-2 (Evaluation Criteria)
  10. PWS Attachment 1 – Draft Summary of DoD sites
  11. PWS Attachment 2 – Draft DD Form 1423-1 System Security Plan
  12. PWS Attachment 3 – Draft B2B Gateway Implementation Plan and Questionnaire
  13. PWS Attachment 4 – Draft DHA CAC Request Process
  14. PWS Attachment 5 – Draft Request for Common Access Card
  15. PWS Attachment 6 – Draft Example of DHA Common Training Requirements
  16. PWS Attachment 7 – Draft DD Form 2875_System Authorization Access Request
  17. PWS Attachment 8 – Draft Performance Requirements Summary
  18. PWS Attachment 9 – Draft Deliverables

5. REQUEST FOR FEEDBACK

The Government is seeking constructive feedback from industry to improve the final solicitation. Respondents are encouraged to provide comments and questions on all aspects of the draft documents, with a particular focus on:

  1. The clarity, feasibility, and completeness of the requirements in the Performance Work Statement (PWS).
  2. The clarity of the proposal submission instructions in the Addendum to FAR 52.212-1.
  3. The clarity and achievability of the evaluation criteria in the Addendum to FAR 52.212-2.
  4. Any requirements that may be ambiguous, overly restrictive, or inadvertently limit competition.
  5. Industry best practices that could improve the efficiency or effectiveness of the requirement.

6. INSTRUCTIONS FOR SUBMISSION

All comments and questions must be submitted in writing via email to the primary and secondary POCs listed above no later than the Response Date in this Notice. To facilitate review, it is requested that respondents use the attached Exhibit B – DRAFT Clinical Reference Laboratory Testing Services QA Matrix.

The Government intends to review all comments and questions received. The Government may, at its discretion, publish a consolidated list of questions and answers at a later date.

The Government's objective is to finalize a solicitation that is clear, equitable, and promotes robust competition. We thank you in advance for your time and valuable input.

See attached documents.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.