6550--FY26: Automated Flow Cytometry CPT
ID: 36C24826Q0158Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for an automated flow cytometry solution under the title "6550--FY26: Automated Flow Cytometry CPT." This procurement aims to establish a Cost Per Reportable Result (CPRR) contract for the installation, maintenance, and operation of 10-16 color automated flow cytometer instruments at the Orlando VA Healthcare System, including all necessary consumables and technical support. The flow cytometry systems are critical for conducting clinical diagnostic tests, particularly for leukemia and lymphoma, ensuring accurate and efficient laboratory operations. Interested offerors must submit their proposals by January 9, 2026, at 13:00 EDT, and can direct inquiries to Contract Specialist Benjamin M Amato at Benjamin.Amato@va.gov.

    Point(s) of Contact
    Benjamin M AmatoContract Specialist
    Benjamin.Amato@va.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 36C24825Q0158 addresses questions from offerors regarding a Department of Veterans Affairs RFP for flow cytometer solutions. The amendment provides detailed answers concerning specific markers for Leukemia/Lymphoma and T/B-Cell panel tests, clarifying which markers VA Orlando intends to run. It states that the Period of Performance (POP) start date will be determined upon award. For LIS connectivity, the VA aims to connect the instrument to the LIS for lymphocyte subsets to avoid clerical errors, noting that the current lab does not use LIS connectivity to DI, and the instrument PC is not connected to the VA network. The amendment also advises offerors with approved VA 6550, MDS2, and ERA documents for their proposed solutions to submit them with their response. The Question and Answer period is now closed, and quotes are due by January 9, 2026, at 13:00 EDT.
    The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), issued a presolicitation notice (Solicitation Number: 36C24826Q0158) for a Cost Per Reportable Result (CPRR) Agreement for an Automated Flow Cytometry System. The Orlando Veterans Affairs Medical Center (OVAMC) at Lake Nona is seeking to acquire this system. The response date for this notice is January 9, 2026, at 13:00 Eastern Time. The contracting officer for this presolicitation is Benjamin Amato.
    The Department of Veterans Affairs (VA) is soliciting proposals for a Cost Per Reportable Result (CPRR) contract for automated flow cytometry systems at the Orlando VA Healthcare System. This comprehensive solution includes the installation, maintenance, and operation of 10-16 color automated flow cytometer instruments, along with all necessary consumables, monoclonal antibodies, technical support, training, repairs, and upgrades. The contract, with a base year and four 12-month option periods, requires equipment and reagents cleared for clinical diagnostic use. Key requirements include 24/7 technical support with a two-hour callback response, 24-hour emergency supply delivery, and a guaranteed 90% uptime for all instruments. The contractor is responsible for delivery, installation, validation, and removal of equipment at no additional charge, and must provide an implementation plan not exceeding 90 days from award.
    The VA Handbook 6500.6, dated March 12, 2010, outlines an interim VA Acquisition Regulation (VAAR) solicitation provision and contract clause concerning information and information technology security. This clause, 852.273-75, is mandated for inclusion in solicitations and contracts where VA Sensitive Information or Information Technology is accessed, used, stored, or exchanged. Its purpose is to mitigate data breaches and ensure compliance with federal laws and regulations by subjecting contractors, their personnel, and subcontractors to VA directives and handbooks on information system security. This interim clause will undergo public review via the Federal Register before final approval, with the ultimate goal of protecting sensitive VA data.
    VA NOTICE 24-12 updates Appendix C of VA Handbook 6500.6,
    Lifecycle
    Title
    Type
    Similar Opportunities
    6550--ROCHE 5800 CPT IDIQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a ROCHE Cobas 5800 VISN-Wide Infectious Molecular Pathology Cost Per Test (CPT) contract, as outlined in their Sources Sought Notice (RFI 36C26226Q0192). The procurement aims to secure reagents, consumables, and services for infectious disease testing across multiple VA locations, including facilities in Greater Los Angeles, Long Beach, and Albuquerque, among others. This initiative is critical for enhancing the VA's diagnostic capabilities, ensuring timely and accurate testing for various infectious diseases, including HIV-1 and SARS-CoV-2. Interested parties must submit their responses, including company information and capabilities, by January 12th, 2026, at 10:00 a.m. PST to Clift Domen at Clift.Domen@va.gov.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    6505--Whole Blood & blood products for ViSN 8 facilities
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of whole blood and related blood products for facilities within the Veterans Integrated Service Network (VISN) 8 in Florida. The contract encompasses a base period with four option periods, requiring the daily supply of whole blood components, specialized services such as consultation and apheresis, and 24/7 reference laboratory testing. These products and services are critical for supporting the healthcare needs of veterans, ensuring compliance with stringent FDA and AABB standards for quality and safety. Interested offerors should contact Contracting Officer Kurt J. Kramer at Kurt.Kramer@va.gov, with a guaranteed minimum contract value of $1,000 and a maximum of $49,000,000, and proposals must be submitted by the specified deadline outlined in the solicitation document.
    6550--Intent to Sole Source Blood Gas Analyzers and Consumables
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source, firm-fixed-price contract to Werfen USA LLC for the acquisition of seven GEM Premier 5000 Blood Gas Analyzers and associated consumables, supporting the Pulmonary Section at James A. Haley Veterans Hospital in Tampa, FL. This procurement is justified as a logical follow-on to an existing Federal Supply Schedule order, ensuring continuity of care and compatibility with the hospital's current Laboratory Information System. The contract is critical for maintaining efficient diagnostic and treatment support across various hospital departments, with an anticipated performance period from February 1, 2026, through January 31, 2027. Interested parties may submit capability statements by January 9, 2026, to Quentin Ford at Quentin.Ford@va.gov, as no competitive solicitation will be issued.
    FlowJo - Flow Cytometry Analysis Software Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure 180 site licenses for Flow Cytometry Analysis Software (FlowJo) to support research initiatives at the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). This software is critical for analyzing flow cytometry data, which is essential in various biomedical research applications. Interested vendors can reach out to Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this procurement opportunity.
    W81K00-26-Q-A048 AMENDMENT 0002 Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Integrated Immunoassay and Chemistry Analyzer, along with necessary reagents and consumables, for the Lyster Army Health Clinic located at Fort Rucker, Alabama. This procurement aims to enhance laboratory capabilities and patient care through the provision of a Cost Per Reportable Results (CPRR) arrangement, which includes equipment, maintenance, training, and ongoing support. The contract has undergone significant amendments, including a revised delivery period that now spans from April 1, 2026, to September 30, 2026, for the base year, with subsequent option years adjusted accordingly. Interested vendors must submit their quotes electronically by January 16, 2026, and can direct inquiries to Karan E. Quiles at karan.e.quiles.civ@health.mil.
    6505--Whole Blood and Related Blood Products for Veterans Integrated Service Network 8 (VISN 8) facilities
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the Veterans Integrated Service Network 8 (VISN 8), is seeking qualified contractors to provide whole blood and related blood products for its facilities in Florida. The procurement requires that the products and services be delivered by FDA-registered or licensed blood bank entities that are also accredited by recognized organizations such as AABB, CAP, or the Joint Commission. These blood products are critical for ensuring patient safety and compatibility with their medical conditions. Interested parties must respond to the solicitation, identified as number 36C24826R0013, by January 12, 2026, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Kurt J Kramer at Kurt.Kramer@va.gov or by phone at 407-840-9048.
    6630--Biofire Modules
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a Sole Source Firm-Fixed Price contract to BioMerieux for the procurement of Biofire FilmArray Torch Modules. This acquisition is necessary to augment, replace, and provide redundancy for existing laboratory equipment at the Veterans Healthcare System of the Ozarks, driven by an increase in patient volume. The modules are critical for the Pathology and Laboratory Medicine Service, ensuring continued operational efficiency and quality of care. Interested parties may submit their qualifications and demonstrate their capability to meet this requirement by January 16, 2026, at 10:00 AM (CST) to Contract Specialist Andrew T Misfeldt via email at andrew.misfeldt@va.gov.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    AMENDMENT Solicitation Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of an Integrated Immunoassay and Chemistry Analyzer, along with associated reagents and consumables, for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The contract will be based on a Cost-Per-Reportable-Result pricing model and will include various assay types, such as Hemoglobin A1C and Alanine Aminotransferase, while ensuring compatibility with the DoD laboratory information system, MHS Genesis. This procurement is crucial for enhancing the clinic's diagnostic capabilities and ensuring timely medical services for military personnel. Interested vendors must submit their proposals by January 16, 2026, at 2:00 p.m. CST, and direct any inquiries to the primary contact, Karan E. Quiles, at karan.e.quiles.civ@health.mil, or the secondary contact, Fredicinda D. Jones, at fredicinda.d.jones.civ@health.mil.