6640--NOTICE OF INTENT TO SOLE SOURCE LAB - ROUTINE URINALYSIS CPRR to BECKMAN COULTER, INC.
ID: 36C24225Q0523Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs (VA) intends to award a sole-source contract to Beckman Coulter, Inc. for routine urinalysis testing under solicitation number 36C24225Q0523. This procurement will establish a Firm-Fixed-Price, five-year Blanket Purchase Agreement (BPA) focused on cost per reportable result (CPRR) for multiple VA facilities in New York. The decision to sole source this contract is justified under the Federal Acquisition Regulation (FAR), which allows for such actions when only one source is deemed reasonably available. Interested parties should note that this notice is for informational purposes only, with responses due by 15:00 EST on April 18, 2025; no proposals will be solicited. For further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or by phone at 914-737-4400 x202107.

Point(s) of Contact
Paul SpeedlingContracting Officer
914-737-4400 x202107
Paul.Speedling@va.gov
Files
Title
Posted
Apr 4, 2025, 5:07 PM UTC
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding its intent to award a sole-source contract to Beckman Coulter, Inc. for routine urinalysis testing. This contract, identified by solicitation number 36C24225Q0523, will be a Firm-Fixed-Price, five-year Blanket Purchase Agreement (BPA), focusing on cost per reportable result (CPRR). This action is justified under the Federal Acquisition Regulation (FAR) permitting sole sourcing based on a determination that only one source is reasonably available. The VA Network Contracting Office 2, representing multiple VA facilities in New York, seeks to secure this necessary service without competitive solicitation, emphasizing that this notice is for informational purposes only and no proposals will be solicited. Further formal documentation justifying this action will be shared as per regulatory requirements post-award. Responses are due by 15:00 EST on April 18, 2025.
Lifecycle
Title
Type
Similar Opportunities
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
6640--New Long Term Procurement - Base 2 CPRR reagents and consumables for Laboratory Tests.
Buyer not available
The Department of Veterans Affairs (VA) is seeking a contractor to establish a three-year Blanket Purchase Agreement (BPA) for the procurement of Automated Chemistry Immunochemistry Instrumentation, reagents, and consumables for laboratory tests. This procurement aims to ensure the availability of high-quality laboratory equipment and supplies necessary for clinical operations, emphasizing the importance of accuracy, efficiency, and compliance with regulatory standards. The BPA will be awarded to a single contractor, who will be responsible for providing ongoing maintenance support, training, and timely delivery of products, with an estimated agreement term starting from June 16, 2025, through June 15, 2026. Interested parties should contact Hector D. Gonzalez at hector.gonzalez1@va.gov for further details and to express their interest in this opportunity.
6550--Lab Testing Services - (HIV/HCV/HPV/On)
Buyer not available
The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
Notice of Intent to Sole Source - Blood Analyzers
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Abbott Laboratories, Inc. for the provision of blood analyzers, including reagents, maintenance, consumables, and 21 analyzers for point-of-care testing at the Naval Medical Center in Portsmouth, Virginia. This procurement is justified under the sole source acquisition authority due to Abbott's exclusive rights to produce and maintain the iSTAT system, which is essential for conducting kaolin activated clotting time and cardiac troponin I testing. The contract period is set from September 1, 2025, to August 31, 2026, with four additional option years, and interested vendors must submit capability statements by April 15, 2025, at 4:30 PM EST to Joshua Grim at joshua.m.grim.civ@health.mil.
J065--Biomerieux Vitek MS Equipment Maintenance Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract with Biomerieux, Inc. for the maintenance of Biomerieux Vitek MS equipment at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that Biomerieux is uniquely qualified to meet the specific maintenance requirements for this specialized medical equipment. The service agreement is critical for ensuring the operational efficiency of the equipment used in the facility, which plays a vital role in patient care. Interested contractors may submit a capabilities statement by April 17, 2025, at 10:00 a.m. Eastern Time to Sara Wood, Contract Specialist, via email at sara.wood1@va.gov, although this notice does not constitute a request for competitive proposals.
Service Contract Fresenius Kabi CATs base plus 2 OY-sole source
Buyer not available
The Department of Veterans Affairs (VA) is planning to negotiate a Sole Source, Firm-Fixed-Price Purchase Order for a Full Coverage Service Policy for three Fresenius Cardiac Autotransfusion Systems, with the contract being awarded to Terumo Cardiovascular Systems Corporation. This procurement, classified under NAICS code 811210, is essential for maintaining and servicing critical medical equipment used in VA facilities, ensuring the reliability and functionality of these systems. Interested parties are invited to submit capability statements demonstrating their qualifications as authorized service providers for Fresenius Kabi, with submissions due by April 11, 2025, at 1:00 PM EST to Christine Lindsey at the VA. The anticipated award date for this contract is April 30, 2025.
Notice of Intent to Sole Source Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
CareFusion Software Support and Services
Buyer not available
The Department of Veterans Affairs, Network Contracting Office 4, intends to sole source software support services from CareFusion Solutions, LLC for the BD Alaris Guardrails System at the Philadelphia VA Medical Center. The procurement aims to ensure the reliability of the system, which is critical for supporting clinical procedures essential for patient safety, and includes a one-year base period with four additional one-year options, totaling five years. This contract encompasses software support, licenses, and onsite services, while specifically excluding individual BD Alaris infusion pumps. Interested vendors may challenge this sole source decision by submitting a capability statement detailing relevant experience by April 15, 2024, with all submissions directed to Contract Specialist Haley Snyder at haley.snyder@va.gov.