6515--NEW - BIORAD BIOPLEX BASE CPT/CPRR Clinical Laboratory Analyzers Base Plus 4 contract for the Puget Sound VAMC
ID: 36C26026Q0038Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Puget Sound VA Medical Center, is seeking a contractor to provide BioRad BioPlex Clinical Laboratory Analyzers under a firm-fixed-price contract. The procurement aims to establish a single-award contract for automated immunoassay instrumentation capable of performing a variety of tests, including ANA Screens, Syphilis IgG, and HIV Antibody Panels, with a focus on accuracy and efficiency in laboratory operations. This contract is critical for enhancing the operational capabilities of the Seattle VAMC's Pathology Laboratory Medicine Services, ensuring compliance with FDA standards and improving patient outcomes. Interested vendors should contact Hector D. Gonzalez at hector.gonzalez1@va.gov, with the contract period set from February 1, 2026, to January 30, 2031, including options for four additional years.

    Point(s) of Contact
    Hector D GonzalezContract Specialist
    hector.gonzalez1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 20 (NCO 20), is conducting market research on behalf of the Puget Sound VA Medical Center to identify potential contractors capable of providing medical-grade liquid bulk oxygen, rental tanks and ancillary services to VA medical facilities and clinics. The Puget Sound VA Medical Center is comprised of: American Lake VA Medical Center, Seattle VA Medical Center, Edmonds VA Clinic, Everett VA Clinic, Mount Vernon VA Clinic, North Olympic Peninsula VA Clinic, Oak Harbor VA Clinic, Olympia VA Clinic, Puyallup VA Clinic, Renton VA Clinic, Silverdale VA Clinic, South Lucile Street VA Clinic. The purpose of this notice is to obtain information regarding the availability and capability of verified sources to include qualified SDVOSB/VOSB to perform this potential requirement. Responses received will assist the Government in determining the appropriate acquisition strategy. The Government may or may not issue a solicitation as a result of this notice. There is no solicitation available at this time, and this is not a request for quotes. The VA seeks to establish a contract for BioRad BioPlex, under the FSS Contract, Federal Supply Class (FSC) Group 66 III Cost Per Test (CPT)/ Cost Per Reportable Result (CPRR), Clinical Laboratory Analyzers. The contract will be a single-award, firm-fixed-price for one year, with potential FSS extensions. The vendor must provide all clinical laboratory supplies, materials, equipment, and services for the Seattle VAMC, ensuring FDA-approved new equipment, reagents, controls, and calibrators. The analyzer must produce accurate results within an hour, support various immunoassays, and have automated calibration and bi-directional LIS connectivity. The contractor must handle installation, validation, staff training, and ongoing technical support, including 24/7 phone support and 24-hour on-site service. The contract also specifies adherence to VA information security policies and outlines the period of performance from February 2026 to January 2031, including a base year and four option years. The solicitation details requirements for system capabilities, software, installation, maintenance, and training.
    The Department of Veterans Affairs (VA) Network Contracting Office 20 has issued a Sources Sought Notice (36C26026Q0038) for a Cost Per Test/Cost Per Reportable Result (CPT/CPRR) contract for BIORAD BIOPLEX BASE Clinical Laboratory Analyzers. The contract will be awarded to a single contractor to provide automated immunoassay instrumentation and related services to the Seattle VA PSHCS. The required instrumentation must be capable of performing a wide range of immunoassays, including ANA Screens, Syphilis IgG and RPR, Measles/Mumps/Rubella/Varicella, HSV, CMV, EBV, Vasculitis Panel, Anti-CCP Panel, Celiac Panels, Antiphospholipid Panels, HIV Antibody Panel (with differentiation for HIV 1 and 2), and Toxoplasma. The contract allows for the addition of new tests, reagents, and instrumentation as technology evolves. The response deadline for this notice is October 17, 2025, at 17:00 Pacific Time.
    Similar Opportunities
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Buyer not available
    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.
    Clement J. Zablocki VAMC Flow Cytometry Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the provision of 10-color Flow Cytometry instrumentation, along with ancillary sample and reagent preparation equipment, for the Clement J. Zablocki VA Medical Center located in Milwaukee, Wisconsin. The contract can be structured as a Cost per Patient Reportable Result (CPRR), Cost per Test (CPT), or a fixed monthly lease, emphasizing that it is not a capital purchase. This advanced instrumentation is crucial for performing Lymphocyte Subsets and Leukemia/Lymphoma Immunophenotyping, and it must include FDA-approved systems along with comprehensive support services such as training and preventative maintenance. Interested contractors should note that the award will be based on the lowest price technically acceptable offer, and they can contact Colby Pasholk at colby.pasholk@va.gov for further information. The contract will have a base period plus four option periods, extending until July 31, 2031.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
    Q301--Elliot Follow On (VA-25-00093642)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source five-year Blanket Purchase Agreement (BPA) to Elliot Hospital for specialized and routine laboratory testing and blood irradiation services. The procurement requires the contractor to provide STAT testing with a one-hour turnaround time, along with other laboratory services on an as-needed basis, adhering to strict compliance with federal and state regulations, including HIPAA and CLIA. This opportunity is crucial for ensuring timely and quality medical laboratory services for veterans, with a response deadline for interested parties set for December 12, 2025, at 3:00 PM EST. Interested vendors should submit their qualifications to Sarah Otis at Sarah.Otis@va.gov, as no competitive proposals will be solicited.
    Immunohematology Blood-Grouping Analyzer Cost Per Test Contract (GSA eBuy)
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking proposals for a Cost Per Test contract for two automated immunohematology blood-grouping analyzers, along with associated reagents, quality control materials, maintenance services, and consumables for the Naval Medical Center Portsmouth (NMCP). The analyzers must be capable of performing critical blood tests, including ABO/Rh typing and antibody screening, with a minimum daily throughput of 140 tests, ensuring compliance with FDA and other regulatory standards. This procurement is vital for supporting the Transfusion Services Division, which plays a crucial role in patient care by ensuring safe and timely transfusion support. Interested vendors must submit their quotations via GSA eBuy by December 10, 2025, at 10:00 AM ET, and direct any questions to Matthew Teel at matthew.d.teel.civ@health.mil.
    6550--HEMOCHRON SIGNATURE ELITE REAGENTS BASE PLUS 4 OPTION YEARS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Hemochron Signature Elite Reagents, with a contract that includes a base year and four option years, extending from January 1, 2026, to December 31, 2030. The Southern Arizona VA Health Care System requires these reagents for quality control materials, supplies, and consumables compatible with existing Hemochron Signature Elite Instruments, all of which must be FDA-approved and delivered within specified timeframes. This procurement is critical for maintaining the efficiency and accuracy of patient testing at the Tucson facility. Interested vendors must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 9, 2025, and are encouraged to address any questions by November 28, 2025.
    6515--Special Notice 5-10 Dec 2025 Roche diagnostic supplies
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to negotiate a sole-source, firm-fixed-price contract with Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and Special Stain (SS) reagents necessary for diagnostic staining at the Overton Brooks VA Medical Center in Shreveport, LA. This procurement includes not only the reagents but also compatible instrumentation, installation, staff training, and ongoing technical support to ensure uninterrupted diagnostic capabilities over a base period plus four option years. The goods and services are critical for the Pathology and Laboratory Medicine Service, as Roche Diagnostic Corporation is the sole manufacturer of the required VENTANA instrumentation and reagents. Responses to this opportunity are due by December 10, 2025, at 10:00 AM CST, with all inquiries to be submitted by December 8, 2025, at 10:00 AM CST; interested parties may contact Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov or by phone at 832-352-2915 for further information.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    Clement J. Zablocki VAMC Flow Cytometry Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for flow cytometry testing services at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement includes the provision of a fully automated cell prep system, with options for less automated alternatives, and clarifies that the "Navios EX Flow Cytometry system" can be offered as a brand name or equal product. This equipment is crucial for medical laboratory analysis, supporting the VA's mission to provide high-quality healthcare to veterans. Interested vendors must submit their offers by December 12, 2025, at 10:00 AM CST, and can direct inquiries to Colby Pasholk at colby.pasholk@va.gov.
    6640--Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 19, is seeking information from vendors capable of providing Polymerase Chain Reaction (PCR) Molecular Diagnostic Cost Per Test (CPT) services for the Fort Harrison VA Medical Center and Benjamin Steele VA Clinic in Montana. The procurement requires vendors to supply two analyzers that can perform specific molecular diagnostic tests, including respiratory pathogen panels and blood culture identification, while ensuring minimal hands-on time for medical technologists. This initiative is crucial for enhancing the accuracy and efficiency of molecular virology results in veteran healthcare. Interested parties must submit their capability statements, including business size status, to Contract Specialist Ernest Appiah via email by January 5, 2026, at 9 AM Mountain Time.