Q301--RNA Extraction and Sequencing - DURHAM VA
ID: 36C24E23C0008Type: Justification
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO EAST (36C24E)PITTSBURGH, PA, 15212, USA

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking a sole-source, firm-fixed-price contract with Duke University for RNA extraction and sequencing services. This procurement supports the VA's ongoing research on COVID-19 epidemiology, immunology, and clinical characteristics, which involves processing 800 whole blood RNA sequencing samples and performing 1600 RNA extractions. The total contract value is $251,672.80, with a performance period running from April 1, 2023, to March 31, 2024. Interested parties can reach out to Contracting Officer Ann Marie Stewart at annmarie.stewart@va.gov or by phone at 401-919-0878 for further details.

    Point(s) of Contact
    Ann Marie StewartContracting Officer
    (401) 919-0878
    annmarie.stewart@va.gov
    Files
    Title
    Posted
    This document is a Justification and Approval Notice for a sole-source contract awarded to Duke University for RNA extraction and sequencing services, with a total award amount of $293,935. The contracting office is part of the Veterans Health Administration, and the contract was awarded on May 22, 2023. Further details including the contracting officer's contact information are provided, along with instructions for archiving the document.
    The Department of Veterans Affairs (VA) proposes a sole-source, firm-fixed-price contract with Duke University, its primary academic affiliate, for RNA extraction, sequencing, and data processing. This requirement supports the ongoing VA CSP #2028 research on COVID-19 epidemiology, immunology, and clinical characteristics, involving 800 whole blood RNA sequencing samples and 1600 RNA extractions. The total cost is $251,672.80, with a performance period from April 1, 2023, to March 31, 2024. The justification for this sole-source award is based on 41 USC §3304(a)(5), as implemented by FAR 6.302-5, which authorizes procurement from an affiliated institution as per 38 U.S.C. 8153. Duke University's unique qualifications, including its high-throughput sequencing core facility and the need for continuity with existing research data to avoid
    Lifecycle
    Title
    Type
    Similar Opportunities
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    Q301--Metabolomics and Lipidomics Pulmonary Study
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a Sources Sought Announcement related to the Metabolomics and Lipidomics Pulmonary Study, which aims to analyze the health effects of vaping e-cigarettes among Veterans and active-duty military personnel. The selected contractor will provide biomolecular services, including next-generation metabolomics by mass spectrometry on 185 human samples, identifying 15-25,000 small molecule biomarkers, and delivering both raw and processed data to the VA. This study is crucial for understanding the potential health risks associated with e-cigarette use, particularly in vulnerable populations, and will contribute to public health policy. Interested parties must submit their capability statements by December 5, 2025, to Felicia Simpson at felicia.simpson@va.gov, and must be registered in SAM.gov and, if applicable, with the SBA-Dynamic Small Business Search Registry.
    Q301--Elliot Follow On (VA-25-00093642)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source five-year Blanket Purchase Agreement (BPA) to Elliot Hospital for specialized and routine laboratory testing and blood irradiation services. The procurement requires the contractor to provide STAT testing with a one-hour turnaround time, along with other laboratory services on an as-needed basis, adhering to strict compliance with federal and state regulations, including HIPAA and CLIA. This opportunity is crucial for ensuring timely and quality medical laboratory services for veterans, with a response deadline for interested parties set for December 12, 2025, at 3:00 PM EST. Interested vendors should submit their qualifications to Sarah Otis at Sarah.Otis@va.gov, as no competitive proposals will be solicited.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
    Hologic Covid Testing Supplies
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    J065-- Service Contract for Bruker
    Buyer not available
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.
    EZ1 & 2 DNA Blood Isolation Kit and DNA Tissue Kit
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with Qiagen for the procurement of EZ1 & 2 DNA Blood Isolation Kits and DNA Tissue Kits. These kits are critical for the ongoing clinical research and patient care at the NIH Clinical Center, particularly for Human Leukocyte Antigen (HLA) matching in transplant patients and potential donors. The kits have been extensively tested and are essential for providing high-quality DNA samples necessary for critical Next Generation Sequencing, with an estimated contract value of $29,166.25. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 13, 2025, referencing NOI-CC-26-000013.
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.