J065--Histology and Laboratory Equipment Services
ID: 36C24225Q0229Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide histology and laboratory equipment services at the VA Hudson Valley Health Care System in Wappingers Falls, New York. The procurement aims to secure maintenance, repair, and inspection services for specialized laboratory equipment, specifically targeting devices from manufacturers Leica and Thermo, to ensure optimal operational performance in support of veteran healthcare services. This initiative reflects the VA's commitment to maintaining high standards in healthcare equipment, with a contract period spanning from February 1, 2025, to January 31, 2030, including a base year and four optional years. Interested small businesses must submit their proposals by January 27, 2025, and can direct inquiries to Contracting Officer Mariangie Rivera at Mariangie.Rivera@va.gov or by phone at 518-626-6246.

    Point(s) of Contact
    Mariangie RiveraContracting Officer
    (518) 626-6246
    Mariangie.Rivera@va.gov
    Files
    Title
    Posted
    The document outlines a Combined Synopsis/Solicitation Notice issued by the Department of Veterans Affairs for histology and laboratory equipment services. The contracting office, located in Albany, NY, is seeking a comprehensive service and maintenance contract to support the Biomedical Engineering Department within the Hudson Valley Health Care System. Interested contractors must read the entire solicitation and submit a complete package by January 24, 2025. Questions regarding the contract can be submitted until January 21, 2025. The notice includes several attachments such as the Statement of Work (SOW) and a Price Cost Schedule. The purpose of this solicitation is to ensure high standards in health care services for veterans through the maintenance of specific laboratory equipment. This initiative reflects the VA's commitment to providing quality care through reliable operational resources.
    This document pertains to an amendment of a previous combined solicitation, specifically for Histology and Laboratory Equipment Services by the Department of Veterans Affairs. The solicitation number is 36C24225Q0229, with a response deadline set for January 24, 2025, at 12:00 PM Eastern Time. The contracting office is located at the Samuel S. Stratton VA Medical Center in Albany, NY. The amendment addresses vendor inquiries and includes attached documents with additional questions and answers for clarity on the solicitation. The contract is associated with NAICS code 811210 and product service code J065, and it is set aside for the Small Business Administration (SBA). The place of performance for the contract is the Castle Point VA Medical Center in Wappingers Falls, NY. The document reflects standard procedures within government RFPs, emphasizing transparency, vendor communication, and adherence to federal contracting guidelines. The inclusion of contact information for the contracting officer, Mariangie Rivera, facilitates further questions from potential vendors. Overall, this amendment serves to refine and clarify the procurement process for laboratory services within the VA system.
    This document pertains to an amendment of a previous combined solicitation, specifically for Histology and Laboratory Equipment Services by the Department of Veterans Affairs. The solicitation number is 36C24225Q0229, with a response deadline set for January 24, 2025, at 12:00 PM Eastern Time. The contracting office is located at the Samuel S. Stratton VA Medical Center in Albany, NY. The amendment addresses vendor inquiries and includes attached documents with additional questions and answers for clarity on the solicitation. The contract is associated with NAICS code 811210 and product service code J065, and it is set aside for the Small Business Administration (SBA). The place of performance for the contract is the Castle Point VA Medical Center in Wappingers Falls, NY. The document reflects standard procedures within government RFPs, emphasizing transparency, vendor communication, and adherence to federal contracting guidelines. The inclusion of contact information for the contracting officer, Mariangie Rivera, facilitates further questions from potential vendors. Overall, this amendment serves to refine and clarify the procurement process for laboratory services within the VA system.
    The document pertains to an amendment (No. 0002) for solicitation number 36C24225Q0229 issued by the Department of Veterans Affairs (VA) for contracting purposes. The primary purpose of this amendment is to correct discrepancies in the Statement of Work (SOW) related to equipment and to extend the deadline for receipt of offers from January 24, 2025, to January 27, 2025, at 12:00 PM EST. Additionally, the amendment incorporates revised questions and answers and updates to the Combined Synopsis/Solicitation to reflect the new deadline. All interested vendors are required to submit signed amendments confirming receipt of these revisions. The document maintains a formal tone, consistent with government contracting processes, and underscores the importance of vendor communication and compliance with amended solicitation terms.
    The document outlines Amendment 0002 to the combined synopsis/solicitation 36C24225Q0229 issued by the Department of Veterans Affairs, specifically the Samuel S. Stratton VA Medical Center. The amendment aims to correct discrepancies in the Statement of Work (SOW) related to equipment and extends the due date for submissions from January 24, 2025, to January 27, 2025, by 12:00 PM EST. Additionally, the amendment includes revised questions and answers pertinent to the solicitation and provides an updated version of the combined synopsis/solicitation. Contractors and bidders are required to sign and submit all amendments as acknowledgment of these revisions. This document serves to ensure clarity and compliance among all interested vendors, reflecting the government’s commitment to facilitating the procurement process effectively.
    This document is a combined synopsis/solicitation from the National Cemetery Administration for commercial products and services aimed at procuring electronic and precision equipment repair and maintenance. Designed as a 100% Small Business Set-Aside, the goal is to obtain maintenance for specialized laboratory equipment supporting healthcare services for veterans. Interested contractors must submit a detailed quote for a Base Year and four Option Years, clearly itemizing service costs for specific equipment, including Leica and Thermo model devices. The performance period is set from February 1, 2025, to January 31, 2030, with all offers to be submitted by January 24, 2025. The evaluation process will prioritize several factors, including technical capability, qualifications, past performance, experience, and price. All quotations must comply with detailed submission instructions, including a signed compliance certificate regarding subcontracting limitations. The document adheres to the Federal Acquisition Regulation (FAR) guidelines ensuring equitable opportunities for small businesses and compliance with federal procurement policies. Overall, the solicitation outlines a structured approach to select a contractor who can guarantee optimal operational performance of critical medical laboratory equipment while adhering to specified guidelines and standards.
    This document is a combined synopsis/solicitation for commercial products and services, specifically focused on providing service and preventative maintenance for histology, pathology, and laboratory equipment for the Department of Veterans Affairs. The solicitation targets small businesses, with a total small business set-aside stipulation under NAICS code 811210 for Electronic and Precision Equipment Repair. The contract’s performance period spans from February 1, 2025, to January 31, 2030, including a base year and up to four option years. Contractors are required to submit detailed quotations that outline costs for each line item over the contract period. The evaluation criteria are based on technical capability, qualifications, past performance, experience, and price, with weight given to the technical aspects of the offers. The proposals must comply with government regulations and include necessary certifications. All submissions must arrive electronically by January 27, 2025, with any questions directed to the contracting officer by January 21, 2025. The emphasis on quality service highlights the government's commitment to delivering optimal healthcare services to veterans, ensuring compliance with Original Equipment Manufacturer standards.
    The document is a Past Performance Questionnaire intended for contractors submitting offers in response to federal government Requests for Proposals (RFPs). It captures essential information regarding an offeror's previous contract performance to assess their qualifications. The questionnaire is structured in three sections: 1. **Offerors** are required to provide details about their contracts, including the name, contract number, description of services, and total awarded price. 2. **Respondents** evaluate the contractor's performance across various dimensions: quality of service, business relations, and customer satisfaction. They answer specific questions about contract compliance, timeliness, accuracy of work, communication effectiveness, and customer satisfaction, rating their experiences as Outstanding, Good, Acceptable, or Unacceptable. 3. The completed questionnaire must be submitted to the contracting office before the proposal due date, indicating the importance of timely submission and the government's non-responsibility for receipt confirmations. Overall, this document is critical for ensuring that the government can evaluate past contractor performance accurately, which is essential for awarding grants or contracts effectively in alignment with procurement standards. It facilitates a structured review of a contractor's reliability and capacity, which is vital in the context of public sector procurement processes.
    The VA Hudson Valley Health Care System is seeking a contractor for the service and maintenance of specialized histology and laboratory equipment under a comprehensive contract. The vendor will perform annual preventative maintenance (PM), repairs, and inspections to ensure proper functioning, adhering to OEM standards and relevant safety regulations. The contract covers seven specific pieces of equipment from manufacturers Leica and Thermo, requiring qualified technicians with at least one year of relevant experience and OEM training. The contractor must schedule routine services, respond to emergency repair requests within 48 hours, and provide detailed service reports documenting maintenance activities and findings. Repairs will be authorized by the Contracting Officer post-assessment, and services must occur during standard business hours, excluding federal holidays. The contract is firm-fixed-price and spans from February 1, 2025, to January 31, 2026, with potential extensions for four additional years. All invoices must be submitted monthly, following successful inspections of completed work. This initiative reflects the VA's commitment to maintaining high standards for veteran healthcare equipment.
    The VA Hudson Valley Health Care System seeks a contractor for the service and maintenance of specific histology, pathology, and general laboratory equipment. The contract requires annual preventative maintenance and prompt response to service calls to manage equipment downtime. Seven designated devices—primarily from Leica and Thermo—must be maintained in adherence to OEM standards and safety regulations. The contractor must document all maintenance activities, provide detailed reports, and ensure that all technicians possess relevant OEM certifications. The successful contractor should demonstrate at least one year of specific equipment maintenance experience and have access to OEM parts. Performance will occur at the VA Castle Point Campus, with services expected to be carried out during standard business hours. The base contract period will commence on February 1, 2025, with options for four additional years. All invoices must be processed post-inspection and approved by the Contracting Officer. This request aligns with government procurement procedures for healthcare facilities, emphasizing compliance, efficiency, and service excellence.
    The document outlines a Request for Proposals (RFP) for a contract that includes the maintenance, testing, inspection, and repair services for various laboratory equipment from Leica and Thermo. It details the Base Year and four optional years, specifying the time periods from February 1, 2025, to January 31, 2030. The RFP emphasizes the importance of submitting comprehensive quotes that address the requirements outlined in the Statement of Work (SOW) and highlights relevant clauses from the Federal Acquisition Regulation (FAR), particularly regarding the evaluation of service extension options. The schedule breaks down line items by equipment type and serial number, with contractors required to provide detailed price and cost information for each year. Costs should cover full service aspects, including preventative maintenance and emergency repair reports. The document also notes that the evaluation of proposals will include potential price extensions under FAR 52.217-8. The overall purpose is to ensure compliance with federal procurement regulations while establishing clear expectations for service deliverables related to the specified laboratory equipment.
    The document is a set of questions and answers regarding a solicitation (36C24225Q0229) for histology and laboratory equipment services, specifically addressing a small business set-aside. The inquiry about a previous contract (36C24220P0449) reveals a need for historical pricing information but emphasizes that the existing set-aside will remain exclusively for small businesses. Furthermore, there is clarification that larger businesses, such as Thermo, cannot participate in the current bidding process. The contractor must provide services equivalent to original equipment manufacturers (OEM) standards for both Leica and Thermo, affirming that there will be no extension for bidding eligibility. This document underscores the government's commitment to support small businesses while ensuring compliance with OEM standards in the procurement process for specialized laboratory services.
    The document outlines the revised questions and answers regarding the combined synopsis/solicitation for Histology and Laboratory Equipment Services under contract number 36C24225Q0229. Key inquiries focus on previous contract pricing, the eligibility of large businesses for participation, and discrepancies in the equipment listing provided in the solicitation. It clarifies that the contract remains a 100% Small Business set-aside, rejecting proposals for inclusion of larger entities or extensions. Additionally, it addresses confusion in the equipment specifications by confirming corrections to the list and extending the bidding deadline to January 27, 2025, at 12:00 PM EST, noting that late submissions risk rejection. This summary encapsulates the critical elements and procedural updates within the government's procurement process for laboratory services, emphasizing compliance with standards and timeliness in submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.
    J065--Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is seeking qualified small businesses to provide preventative maintenance inspection, corrective maintenance, and repair services for a government-owned Abbott VP2000 slide stainer at the Greater Los Angeles VA Healthcare System. The contract is a firm fixed price arrangement for a base year with two option years, requiring all necessary labor, materials, and software updates to ensure the equipment operates in accordance with manufacturer specifications and Joint Commission standards. The Abbott VP2000 is critical for preparing samples for molecular diagnostic analyzers, emphasizing the importance of maintaining its functionality for accurate diagnostics. Interested parties must submit their technical narratives, past performance documentation, and pricing by December 22, 2025, with inquiries directed to Contract Specialist Loan Dho at loan.dho@va.gov.
    FY23 Medivator Service Contract 36C24223C0066 - Multi Site Requirement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a service contract for preventative maintenance and coverage on Medivators Endoscope Reprocessor Units at multiple locations, including the Albany VAMC, Rochester VA Outpatient Clinic, and Buffalo VAMC. The contract, identified as 36C24223C0066, is specifically justified for other than full and open competition and is awarded to STERIS Corporation, which specializes in medical equipment maintenance and repair. The importance of this service lies in ensuring the operational efficiency and reliability of critical medical equipment used in patient care. Interested parties can reach out to Michael Estep at michael.estep2@va.gov or (518) 626-7218 for further details regarding this opportunity.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Veterans Affairs, Department Of
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    6515--Special Notice -Roche Diagnostic Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract to Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and compatible Special Stain (SS) Reagents, along with associated services, at the Overton Brooks VA Medical Center (OBVAMC). The contract will span from January 1, 2026, to December 31, 2030, including a base year and four option years, and aims to ensure accurate and efficient diagnostic staining for patient care through the provision of reagents, supplies, maintenance, and 24/7 technical support. This procurement is critical for maintaining high standards in laboratory diagnostics, and interested parties must submit their capabilities statements by December 16, 2025, to Rhonda Gibson at rhonda.gibson2@va.gov, referencing notice number 36C25626Q0248.