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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 24, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 5:00 PM UTC
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
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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.
Jan 24, 2025, 5:04 PM UTC
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
Q301--Lab Testing Services - Histology & Cytology)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide lab testing services, specifically in histology and cytology, for the Wilkes-Barre Veterans Affairs Medical Center. The procurement involves a five-year indefinite delivery/indefinite quantity (IDIQ) contract valued at approximately $41.5 million, requiring contractors to supply necessary equipment, personnel, and transportation for processing specimens, with a minimum order guarantee and compliance with stringent regulatory standards. This contract is crucial for ensuring timely and accurate medical testing services for veterans, with the performance period running from May 1, 2025, to April 30, 2030. Interested parties must submit their quotations by April 7, 2025, at 9:00 AM EDT, and can contact Contracting Officer Victoria Droz at Victoria.Droz@va.gov or 814-515-4454 for further information.
6515--Lebanon VA - ThinPrep 5000 Processor System | NCO 04
Buyer not available
The Department of Veterans Affairs, specifically the Lebanon VA Medical Center, intends to negotiate a Sole Source Award with Hologic Sales and Services, LLC for the procurement of a ThinPrep 5000 Processor System. This automated laboratory system is essential for processing fluid-based gynecological, non-gynecological, and urine specimens, and must comply with FDA standards while offering features such as minimal maintenance, hands-free operation, and automated processing capabilities. The procurement emphasizes the importance of installation and training for up to five staff members, along with a warranty and 24/7 technical support. Interested parties that can meet these specifications must submit their capabilities by NOON EST on March 26, 2025, to the Contract Specialist, Yazmin Alvarez, at yazmin.alvarez@va.gov, as no formal solicitation will be issued.
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.
Q301--Unrestricted- Immunohistological Stains Reference Testing for Rocky Mountain Regional VA Medical Center
Buyer not available
The Department of Veterans Affairs is soliciting proposals for an unrestricted contract to provide immunohistological stains reference testing for the Rocky Mountain Regional VA Medical Center. The contractor is required to deliver comprehensive laboratory testing services in-house, ensuring sample integrity and adhering to strict turnaround times for various tests, which range from 2-5 days for stains to 7-14 days for molecular testing. This procurement is critical for delivering high-quality healthcare services to veterans, emphasizing the importance of accurate and timely laboratory diagnostics for malignancies. Interested vendors should note that the deadline for submitting proposals has been extended to April 10, 2025, and can contact Contracting Specialist Lindsey M Zwaagstra at Lindsey.Zwaagstra@va.gov for further information. The estimated contract value is approximately $41.5 million, covering a five-year period from July 1, 2025, to June 30, 2030.
6640--CHEMISTRYSUPPLIES REAGENTS SERVICE MIDDLEWARE INSTRUMENTS NEW BASE CONTRACT-BOISE
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide automated chemistry immunochemistry instrumentation and related services for the Boise VA Medical Center. The procurement includes the provision of equipment, reagents, consumables, maintenance, and training, all aimed at generating cost-per-test reportable results for patient care. This contract is crucial for enhancing laboratory capabilities and ensuring high-quality healthcare services for veterans. The total anticipated award amount is approximately $41.5 million, with the deadline for offer submissions extended to April 11, 2025, at 5:00 PM PDT. Interested parties should contact Hector Gonzalez at hector.gonzalez1@va.gov for further information.
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.
Mikroscan Service and Support
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Mikroscan Service and Support contract, aimed at providing maintenance and support for Mikroscan SL5 robotic microscope systems across various facilities within VISN 22. The procurement includes essential services such as standard annual maintenance, software licensing, and compliance with manufacturer guidelines to ensure optimal equipment performance and adherence to health standards. This contract is critical for maintaining healthcare technology for veterans, ensuring that the equipment remains reliable and compliant with Joint Commission requirements. Interested vendors must submit their proposals by April 9, 2025, at 10 AM PDT, and can direct inquiries to Clift Domen at Clift.Domen@va.gov.
6525--DEC 2024 Equipment Only Consolidation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the December 2024 Equipment Only Consolidation, specifically for the acquisition of medical imaging equipment under the National Acquisition Center (NAC). This procurement aims to enhance healthcare services for veterans by consolidating equipment purchases across various modalities, including ultrasound and radiographic systems. The selected vendors will be required to meet detailed technical specifications, provide comprehensive training for clinical staff, and ensure compliance with federal security standards. Interested parties must submit their offers by April 14, 2025, and can direct inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
6515--EQUIPMENT- ALBANY-Radiation Laser System (VA-25-00060774)
Buyer not available
The Department of Veterans Affairs (VA) intends to sole source a contract for the purchase of a replacement LAP laser application system for the Albany VA Medical Center in New York. This procurement aims to secure a firm fixed price contract with LAP of America Laser Applications, Inc., the only authorized supplier for these specialized medical lasers, as per FAR 13 and 41 USC 253(c)(1) due to the lack of competitive alternatives. The LAP laser application system is critical for medical procedures requiring precise laser technology, underscoring its importance in the healthcare services provided to veterans. Interested vendors must submit a one-page capability statement to the Contract Specialist, Lorraine Hussain, via email by 3:00 PM Eastern Standard Time on April 8, 2025, to express their interest and capability in fulfilling this requirement.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.