The Department of Veterans Affairs intends to procure a 2-Year cost-per-slide Blanket Purchase Agreement (BPA) for the Agilent Artisan Link Pro Automated Special Stain systems on a sole-source basis. This requirement encompasses the provision of necessary instrumentation, supplies, reagents, collection and testing kits, along with service and maintenance to ensure effective patient results. The contract period is set from April 1, 2025, to March 31, 2027. The solicitation number is 36C24125Q0293, with a response deadline of March 14, 2025, at 4:30 PM ET. While no solicitation will be publicly posted, interested parties believing they qualify to provide these products may submit relevant documentation to the Contract Specialist, Sarah Ballentine. The request emphasizes market research for potential competition, but the government retains discretion over whether to proceed with competitive procurement. This notice underscores the application of the Simplified Procedures for Commercial Items as stipulated in FAR 13.5.
The document outlines a justification for a Single Source Award by the Department of Veterans Affairs (VA) for a two-year Blanket Purchase Agreement (BPA) with Agilent Technologies for their Artisan Link Pro Special Stains system. The system is essential for the pathology labs at West Roxbury and West Haven, as Agilent is the sole provider of the necessary reagents and staining kits that ensure optimal staining quality crucial for patient diagnosis. The proprietary nature of Agilent's products, including patented reagent cartridges and fully automated processes, limits the availability of alternative suppliers.
Market research confirmed the absence of suitable competitors, as no other vendor offers an equivalent benchtop stainer that delivers the same high-quality results. The justification also emphasizes the efficiency, safety, and user-friendliness of the Artisan system, which minimizes technician time and exposure to hazardous chemicals. With an aim to provide better pricing through aggregated slide volume from both locations, the decision aligns with federal acquisition regulations for streamlined procurement. Ultimately, the rationale validates the need for a single-source purchase in meeting the specific requirements of the VA's pathology departments.