Notice of Intent to Sole Source: Lab Chemistry Analyzer and Cost-Per-Test Agreement for Naval Health Clinic Charleston
Presolicitation from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Feb 19, 2026. Industry: NAICS 334516 • PSC 6630.
Market snapshot
Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334516
Description
NOTICE OF INTENT TO SOLE SOURCE:
This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a Notice of Intent to award a sole source contract and is not a request for competitive quotes/proposals.
The Defense Health Agency Contracting Activity Healthcare Contracting Division, Southeast (DHACA-HCD-SE) is issuing this Notice of Intent (NOI) to inform industry contractors of the Government’s intent to execute a Sole Source contract under FAR 13.106-1(b)(2), Soliciting from a Single Source, For Purchases exceeding the simplified acquisition threshold. This notice satisfies posting requirements at FAR Part 5.101.
The intended contractor is Quidel Ortho Sales Company, LLC, who is identified as a sole proprietor. The place of delivery/service is Naval Health Clinic Charleston, 110 NNPTC Circle Bldg. 2418, Goose Creek, SC 29445. A Base Period plus four (4) Option Years, and one (1) six (6) month Option period contract to provide a VITROS ® 5600 Lab Chemistry Analyzer that can perform Costs-Per-Tests. All required tests are listed in Attachment A Test Menu Requirements. The analyzer provided must comply with the required specifications listed in Attachment B – Chemistry Analyzer Essential Characteristics and must be compatible with Military Health System (MHS) GENESIS, the electronic health record system. The Cost-Per-Tests shall include all reagents, calibrators, controls, supplies, and preventive maintenance. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, materials, supervision, along with other items and non-personal services necessary to perform Cost-Per-Test Agreement. All supplies, maintenance and technical support services must be in accordance with all federal, state, and local laws, to include all regulations, manufacturers recommended standards, and commercial requirements. The Contractor must have a current/approved Authority to Operate (ATO) certificate from Defense Health Agency (DHA) for the specific model of system referenced in this NOI.
The North American Industry Classification System (NAICS) for this requirement is 334516. The Product/Service Code (PSC) is 6630. The Small Business Administration (SBA) size standard in terms of the number of employees is 1,000.
This NOI is neither a formal solicitation, nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government to not compete this action based on this notice is solely within the discretion of the Government.
All inquiries and concerns must be addressed in writing via email to Min Aung at min.z.aung.civ@health.mil and Lenore Y. Paseda at lenore.y.paseda.civ@health.mil with the following information referenced in the subject line, VITROS ® 5600 Lab Chemistry Analyzer, Naval Health Clinic Charleston.
All interested parties who are responsible, certified, and capable may identify their interest and may submit a Capabilities Statement on company letterhead no later than 10:00AM Eastern Standard Time (EST) February 19, 2026, to the above listed contacts. The interested parties bear full responsibility to ensure complete, timely transmission and confirmation of receipt.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Health Agency (DHA) is issuing a Notice of Intent to award a sole source contract for a VITROS® 5600 Lab Chemistry Analyzer, with a Cost-Per-Test Agreement, specifically at the Naval Health Clinic Charleston. This contract will cover a base period plus four option years and is intended for a single source supplier, Quidel Ortho Sales Company, LLC. Responses from industry contractors must demonstrate compelling evidence that competition is feasible for the government.
The DHA aims to procure a Lab Chemistry Analyzer capable of providing specific tests compliant with Military Health System GENESIS and to establish a long-term service agreement for cost-per-test services.
- Identify and evaluate evidence for potential competition
- Prepare a Capabilities Statement addressing the required specifications
- Submit responses by the February 19, 2026, deadline
- Ensure compliance with all federal, state, and local regulations
- Coordinate services and supply delivery to Naval Health Clinic Charleston
- Capabilities Statement on company letterhead
- Evidence of compliance with specifications in Attachment B
- Information about ATO certification status
- Demonstration of ability to provide all necessary services and supplies
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific types of tests required in Attachment A are not detailed in the notice.
- No information on the estimated total value of the contract is provided.
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.