6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
ID: 36C25526Q0120Type: Solicitation
Overview

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
    Description

    The Department of Veterans Affairs is seeking to establish a Blanket Purchase Agreement (BPA) for Cost-Per-Test (CPT) for Automated Erythrocyte Sedimentation Rate (ESR) instruments across multiple facilities within the VISN 15 network. The procurement aims to secure FDA-approved instrumentation that meets specific operational and technical requirements, including bi-directional interfaces compatible with the VA's Oracle Health system, continuous loading capabilities, and comprehensive method performance validation. This initiative is critical for enhancing laboratory efficiency and ensuring high-quality patient care through accurate and timely testing. Interested contractors should note that the contract is set to begin on May 1, 2026, with a transition period of 90 days post-award, and they can contact Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov for further details.

    Point(s) of Contact
    Erika KobulnickyContract Specialist
    Erika.Kobulnicky@va.gov
    Buchanan, Lisa A
    lisa.buchanan1@va.gov
    Files
    Title
    Posted
    This government solicitation, 36C25526Q0120, issued by the Department of Veterans Affairs, seeks to establish a Blanket Purchase Agreement (BPA) for Cost-Per-Test (CPT) for Automated Erythrocyte Sedimentation Instruments across multiple VISN 15 facilities. The BPA will cover a base year and five ordering periods (May 2026 - April 2031) and includes the lease of equipment and purchase of reagents. Key requirements include FDA-approved instrumentation with specific technical and operational features, bi-directional interfaces compatible with VA's systems, and comprehensive method performance/validation by the contractor. The contractor is responsible for providing continuously stocked inventory, emergency supply delivery, training, and all necessary maintenance and upgrades. Waste characterization and disposal instructions are also critical. The acquisition is unrestricted, and evaluation will consider price, technical capability, past performance, and VA compliance to determine the best value. The implementation and transition period is set for 90 days post-award.
    The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has issued a presolicitation notice for an unrestricted solicitation (36C25526Q0120) for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers. This agreement is for VISN 15 Heartland Network VAMCs. The solicitation is anticipated to be released around December 19, 2026, with a response deadline of January 12, 2026, at 10:00 AM Central Time. The contracting office is located in Leavenworth, KS, and the point of contact for this solicitation is Contract Specialist Erika Kobulnicky.
    This document outlines estimated annual workload data for various facilities, likely as part of a government RFP or grant application. It lists several facilities, including Kansas City, Jefferson Barracks, Leavenworth, St. Louis, Topeka, Wichita, Poplar Bluff, and Columbia. For each facility, an "Annual Estimated Workload Instrument" and "Cost Per Test Extended Costs" are provided. However, all listed costs are $0.00, suggesting that this might be an incomplete section, a placeholder, or a preliminary data set where cost details are yet to be determined or are not relevant for the current purpose of this specific excerpt. The primary purpose of this file appears to be to quantify the expected volume of work at different locations.
    The VISN 15 Quality Assurance Surveillance Plan (QASP) outlines the systematic methods and guidelines used by VISN 15 Pathology & Laboratory Services to monitor contractor performance for automated erythrocyte sedimentation instrumentation. The QASP details roles and responsibilities for the Contracting Officer and COR, defines performance objectives, and specifies methodologies for monitoring, including random, 100% and periodic inspections, and customer feedback. It emphasizes a performance-based approach, focusing on outcomes rather than processes, and integrates the contractor's quality control program. The plan also describes documentation requirements, such as monitoring forms, and the analysis of assessment results, which may lead to corrective action plans or incentives. The goal is to ensure the contractor meets required service levels and quality standards, with financial implications for non-compliance, thereby supporting the efficient operation of clinical laboratories.
    The VISN 15-Heartland Network seeks a Cost per Test agreement for Automated Erythrocyte Sedimentation Instrumentation, including new equipment for clinical laboratories across its facilities. The agreement, a single-award, firm-fixed-price contract with five ordering periods, is set to begin May 1, 2026. Key requirements include FDA-approved random access instruments with specific operational features, such as ESR analysis, QC data management, and continuous loading. Interface requirements mandate bi-directional, bar-coded compatibility with VA's Oracle Health system and adherence to various barcode formats. The contractor is responsible for all installation, maintenance, training, and ancillary equipment. Method performance and validation must align with CLSI and CAP standards. Additionally, the contractor must characterize all waste, provide emergency supply delivery within 24 hours, and offer 24/7 technical support with a 1-hour callback. Equipment uptime must be 90%, and all upgrades must be provided at no extra cost. Implementation is expected within 90 days of award, with strict adherence to data security and waste disposal regulations.
    Similar Opportunities
    Loading similar opportunities...