6640--Notice of Intent to Sole Source - One Lambda Inc. Reagents -
ID: 36C26325Q0881Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to enter into a Sole Source contract with One Lambda Inc. for the procurement of molecular SSO typing reagents necessary for HLA testing pertinent to donor-recipient transplantation at the VA Iowa City Health Care System. This contract will be established on an Indefinite Delivery/Indefinite Quantity (IDIQ) basis, covering the fiscal years 2026 to 2031, and emphasizes the unique compatibility of these reagents with existing systems and regulatory standards mandated by the American Society of Histocompatibility & Immunogenetics (ASHI). Interested vendors may express their interest and demonstrate their capability to meet the requirements; however, the government may proceed with the sole-source approach if no suitable alternatives are presented. Responses must be submitted by June 27, 2025, to Dennis Salmonsen at dennis.salmonsen@va.gov.

    Point(s) of Contact
    Dennis SalmonsenContract Specialist
    (605) 347-2511
    dennis.salmonsen@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to enter into a Sole Source contract with One Lambda Inc. for the procurement of molecular SSO typing reagents necessary for HLA testing pertinent to donor-recipient transplantation. This action, in accordance with relevant federal acquisition regulations, seeks specialized supplies essential for the VA Iowa City Health Care System. The contract will cover an Indefinite Delivery/Indefinite Quantity (IDIQ) basis from fiscal years 2026 to 2031, emphasizing the unique compatibility of these reagents with existing systems and regulatory standards mandated by the American Society of Histocompatibility & Immunogenetics (ASHI). Vendors may express interest and demonstrate capability; however, responses are not required for the government to proceed with the sole-source approach if no suitable alternatives are presented. The comprehensive requirements for reagents, including the necessity for alignment with existing software platforms, underscore the specificity and limited options available for this procurement. Interested parties must submit their qualifications by June 27, 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source – Life Technologies Corp.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.
    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.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    Distribution of CPRR Immunoassays for BioRad BioPlex Lab Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide the distribution of BioRad BioPlex laboratory reagents for the Seattle VA Medical Center. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for automated immunoassay instrumentation capable of performing a variety of diagnostic tests, including those for autoimmune diseases and infectious agents. These reagents and instruments are critical for enhancing laboratory capabilities in diagnosing and managing patient care within the VA system. Interested small businesses must submit their quotes by December 19, 2025, at 17:00 Pacific Time, and can direct inquiries to Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    DH10--MOD to add Oracle integration service to contract 36C25226P0010 VISN 12 Data Innovations Universal Lab Interface
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source modification to contract 36C25226P0010 with Data Innovations, LLC, to integrate Oracle integration services into the VISN 12 Data Innovations Universal Lab Interface across seven VA medical centers. This modification is necessary as Data Innovations, LLC is the only authorized provider for these services, ensuring compliance with the statutory authority under 41 U.S.C. 1901 and FAR 13.106-1(b)(2). The procurement emphasizes the requirement for new, Original Equipment Manufacturer (OEM) items, free from gray market or counterfeit goods, as outlined in VAAR 852.212-71. Interested firms must submit their capability statements, including OEM authorization and proof of licensing, by 10:00 AM CDT on December 16, 2025, to Eileen Meyer at eileen.meyer@va.gov.
    6640--FY26| Thyroid Cancer Molecular Test| Orlando VA & San Juan New Requirement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Thyroid Cancer Molecular Tests for the Orlando VA Healthcare System and Caribbean VA Healthcare System through a Firm-Fixed Price (FFP) contract. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with the NAICS code 621511 and a small business size standard of $41.5 million. The solicitation is expected to be posted on sam.gov around December 15, 2025, with a response deadline of December 29, 2025, at 4:00 PM Eastern Time. Interested offerors must be registered in the System for Award Management (SAM) to be eligible for award, and for further inquiries, they can contact Yolanda Glover at yolanda.glover@va.gov or by phone at 352-381-5712.
    6550--HEMOCHRON SIGNATURE ELITE REAGENTS BASE PLUS 4 OPTION YEARS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Hemochron Signature Elite Reagents, with a contract term of one base year and four option years, to support the Southern Arizona Healthcare System in Tucson, Arizona. The procurement includes a variety of specialized medical testing supplies essential for blood coagulation testing, with specific brand-name products required, as detailed in the attached documents. Timely delivery and compliance with FDA standards are critical, as these reagents will be used for patient testing in a healthcare setting. Interested vendors must submit their quotations by December 9, 2025, at 12 PM Pacific Time, and can direct inquiries to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov.
    Intent to Sole Source to Ortho Clinical Diagnostics
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Ortho Clinical Diagnostics for the renewal of a cost-per-test lease agreement for two Vitros XT 7600 Integrated Chemistry systems at the Chinle Comprehensive Health Care Facility in Arizona. This procurement aims to ensure uninterrupted laboratory services critical for direct patient care, as the facility is already equipped with the necessary systems and staff trained on their operation. The contract period is set from January 1, 2026, to December 31, 2026, with three optional one-year extensions, and interested parties may contact Nora Nutlouis at nora.nutlouis@ihs.gov or 928-725-9806 for further information. Responses to this notice must be submitted by the specified deadline to be considered for potential competitive procurement in the future.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation documents.