Skip to content
Department of Defense

Hologic Panther

Solicitation: Not available
Notice ID: c4ef5932edb14e83b5bd7f0bde970aa0

Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Jan 23, 2026. Industry: NAICS 325413 • PSC 6550.

Market snapshot

Awarded-market signal for NAICS 325413 (last 12 months), benchmarked to sector 32.

12-month awarded value
$46,615,804
Sector total $1,191,390,694 • Share 3.9%
Live
Median
$15,031,205
P10–P90
$3,056,169$27,006,241
Volatility
Volatile159%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+476%($32,815,804)
Deal sizing
$15,031,205 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 →
Map for TX
Live POP
Place of performance
Dwg, Texas • 78236 United States
State: TX
Contracting office
San Antonio, TX • 78230 USA

Point of Contact

Name
Matthew Brinkmann
Email
matthew.j.brinkmann.civ@health.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
DEFENSE HEALTH AGENCY
Office
Not available
Contracting Office Address
San Antonio, TX
78230 USA

More in NAICS 325413

Description

INTENT TO SOLE SOURCE: HOLOGIC PANTHER LEASE WITH CONSUMABLES

This requirement provides for the use of two (2) Hologic Panther Plus Analyzers and consumables at Wilford Hall Ambulatory Surgical Center (WHASC) Microbiology Laboratory with a one-year base period plus four - one year option periods. The WHASC Microbiology Laboratory provides Chlamydia trachomatis (CT) and Neisseria gonorrhoeae (GC) – (CT/GC) in a single test, mainly in support of the Air Force Basic Military Training (BMT) mission.  The analyzers are also used to provide support to the WHASC Emergency Department and Women’s Health Clinic in testing for Bacterial Vaginosis (BV), Candida species, Candida glabrata, and Trichomonas vaginalis, which can cause vaginal infections. The use of Hologic Panther Plus will allow the laboratory to have the testing capabilities to provide 24-hour support in the diagnosis and management of these infectious diseases/sexually transmitted infections (ID/STI).

Under this contract the supplier shall furnish the following medical items and incidental repair services to these medical items:

  • Two Hologic Inc. Panther Plus System, DX Continuous Fluid and Waste BOM
  • Two Hologic Inc. Panther Upgrade Waste to Drain Module
  • Two Hologic Inc. Panther Upgrade MTU Expansion Mod
  • Aptima Combo 2 CT/GC Assay
  • Collection Devices
  • Aptima BV Assay
  • Aptima CT/TV Assay
  • Aptima Combo 2 Assay (CT/GC)
  • Aptima Urine Specimen Collection Kit
  • Aptima Unisex Swab Specimen Collection Kit
  • Aptima Multi-Test Swab Specimen Collection Kit
  • Aptima Combo 2 Controls Kit
  • Aptima BV Controls Kit
  • Aptima BV Calibrators Kit
  • Aptima CV/TV Controls Kit
  • Aptima CV/TV Calibrators Kit
  • Panther run kit
  • Advanced cleaning solution
  • Spare Caps, AMP & Probe 100 & 250 kit Enzyme 100 kit
  • Spare Caps, TCR + SEL, 250 kit
  • Spare caps, TCR + Select, 100 kit
  • Spare caps, Enzyme 250 kit
  • Aptima penetrable caps
  • MTUs (multi-tube units)
  • Panther Waste bag kit
  • Panther Waste bin cover
  • Aptima Assay fluids kit
  • Aptima Auto detect kit
  • Specimen Aliquot Tubes
  • Transport Tube Cap
  • Aptima Specimen Diluent US
  • Aptima Specimen Diluent Kit US

Responsible sources may submit a capability statement, which shall be considered by the Defense Health Agency (DHA). Any responses to this notice must be submitted by 4:30 pm CT on 23 January 2026 to the Contracting Officer, Mr. Corey A. Black, Corey.A.Black.civ@health.mil with a copy to the contract specialists, Mr. Matthew Brinkman (matthew.j.brinkmann.civ@health.mil) 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

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

Updated: Jan 08, 2026
Executive summary

The Defense Health Agency (DHA) intends to award a sole source contract for the lease of two Hologic Panther Plus Analyzers with the required consumables for the Wilford Hall Ambulatory Surgical Center (WHASC). This procurement supports critical testing capabilities for infectious diseases and sexually transmitted infections, essential for Air Force Basic Military Training.

What the buyer is trying to do

The buyer seeks to secure two Hologic Panther Plus Analyzers and associated consumables for use in the WHASC Microbiology Laboratory to enhance testing capabilities for various diseases, ensuring timely and efficient medical support.

Work breakdown
  • Lease of two Hologic Panther Plus Analyzers
  • Provision of consumables related to the analyzers
  • Maintenance and repair services for the analyzers
  • Testing for Chlamydia trachomatis, Neisseria gonorrhoeae, Bacterial Vaginosis, and other infections
Response package checklist
  • Capability statement outlining relevant experience
  • Evidence of authorization to supply Hologic products
  • Detailing maintenance and support services offered
  • Pricing proposal for both equipment and consumables
Suggested keywords
Hologic Panther Plusmedical device leasinginfectious disease testingAir Force medical supportlaboratory services
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Total budget allocated for the contract
  • Any existing vendors currently providing similar services
  • Details on regulatory requirements for equipment maintenance
  • Specific timelines for delivery and setup
  • Potential future expansion of testing capabilities

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.