Phadia 250 immunoassay analyzer
ID: 36C24125Q0385Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

ANALYSIS INSTRUMENTS, MEDICAL LABORATORY USE (6632)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotations for the procurement of a Thermo Fisher Phadia 250 immunoassay analyzer, intended for allergy testing at the Providence VA Medical Center in Rhode Island. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes the installation, implementation, and training for the system, which is capable of performing over 500 allergy tests and 50 autoimmunity markers. The contract will require compliance with the Buy American Act, ensuring that domestic content requirements are met, and the project is expected to be completed within 180 days after receipt of the order. Interested vendors should contact Fred Revah at frederic.revah1@va.gov or Cynthia Thompson at Cynthia.Thompson2@va.gov for further details.

    Files
    Title
    Posted
    This document outlines the solicitation provisions for an acquisition under federal procurement procedures, primarily focused on simplified acquisition processes for commercial products and services. It details the requirements for submitting quotes, including necessary documentation, technical descriptions, pricing, and compliance with various federal regulations. The addendum to FAR 52.212-1 emphasizes the importance of adhering to small business size standards, specifically referencing NAICS codes and the evaluation criteria, including price, past performance, and veteran-owned business status. The solicitation specifies submission deadlines, encourages alternative bids, and allows for multiple award scenarios to benefit the government. It mandates a clear statement of acceptance regarding terms and conditions in the quotes and outlines the evaluation process based on comparative assessments. The document also highlights clauses that contractors must comply with, ensuring contractors meet legal and ethical standards in their engagements. The ultimate goal is to secure the best value for the government while adhering to procurement requirements. The key emphasis remains on transparency, compliance with federal regulations, and promoting small and veteran-owned business participation in government contracting.
    The document outlines the "Buy American—Supplies" clause, specifying the requirements for federal procurement regarding domestic content in products. It defines critical terms such as "commercially available off-the-shelf (COTS) items," "cost of components," "domestic end products," and "foreign end products." The "Buy American" statute grants preference for domestic end products, except for COTS items. Contractors must deliver domestic products unless foreign products are specified in the solicitation. Offerors must certify that their products meet these domestic content requirements, including the necessary information about foreign products and those containing critical components. Key points include the necessity of components mined or manufactured in the U.S. to exceed a threshold of 60% in domestic end products, which increases to 65% from 2024 to 2028 and 75% by 2029. The regulation emphasizes adherence to domestic supply chains to foster economic growth and industry sustainability. Offerors must provide detailed information on the origin and domestic content of their products for evaluation in government procurement processes. The structure consists of definitions, requirements for offers, and a certification process aimed at maintaining adherence to U.S. domestic manufacturing standards in government contracting.
    The document outlines a Statement of Work for the installation and implementation of a Phadia 250 laboratory system at the Providence VA Medical Center. This fully automated system conducts ImmunoCAP allergy and EliA autoimmunity tests, enabling comprehensive testing for over 500 allergens and 50 autoimmunity markers, with a processing capacity of 60 tests per hour. The contractor is responsible for the installation, training of VA staff, and ensuring compliance with safety regulations, including personal protective equipment and infection control measures. Key aspects include the integration with existing laboratory information systems, the provision of FDA-approved equipment in new condition, and extensive operational and technical training for staff. Furthermore, the contractor must comply with VA security regulations while maintaining records according to federal laws. A one-year warranty covering parts and labor is mandated. The installation must be completed efficiently, with minimal disruption to hospital operations, underlining the importance of timely coordination with VA representatives. Overall, this initiative enhances diagnostic capabilities within the VA system and reflects ongoing efforts to improve healthcare for veterans.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    6640--VISN 15 | Hematology instrumentation, reagents, and service | CPRR |
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 15 (VISN 15), is seeking qualified vendors to provide hematology instrumentation, reagents, and services under a Cost per Patient Reportable Result (CPRR) agreement. The procurement aims to replace existing XN analyzers with updated models that meet specific clinical performance standards, ensuring comprehensive laboratory capabilities across multiple VA Medical Centers. This initiative is critical for maintaining high-quality laboratory services, including the provision of continuously stocked inventory, emergency supply delivery, and equipment validation. Interested parties must submit their responses, including detailed documentation of technical expertise, to the Contract Specialist, Maria Riza R. Owen, via email by December 26, 2025, at 1:00 PM CST. All offerors must be registered in the System for Award Management (SAM) and comply with additional registration requirements for veteran-owned businesses.
    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.
    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.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    6640--FY26: FIT Analyzer Polymedco-Diana Platform
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO-8), intends to issue a firm-fixed-price, single-source procurement for a FIT Analyzer Polymedco-Diana from Polymedco Cancer Diagnostics Products LLC. This procurement aims to replace an obsolete medical testing platform at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico, ensuring the continuation of high-quality testing and disease discovery for patients. The FIT Analyzer is critical for maintaining the standards of medical testing, and Polymedco is identified as the sole provider capable of supplying this compatible platform, justifying the single-source award under FAR 13.106-1(b). Interested firms that wish to challenge this decision must submit clear evidence of their capability to provide the required services by December 19, 2025, at 13:00 Eastern Time to Darrin Alexander at darrin.alexander2@va.gov.
    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 necessary reagents and consumables, for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The contract will operate under a Cost-Per-Reportable-Result pricing model and requires the analyzer to perform a variety of assays, including Hemoglobin A1C and Alanine Aminotransferase, while ensuring compatibility with the DoD laboratory information system MHS Genesis. Proposals must be submitted by January 16, 2026, with all inquiries directed to the primary contact, MEDCOM, at karan.e.quiles.civ@health.mil, or the secondary contact, Fredicinda D. Jones, at fredicinda.d.jones.civ@health.mil. Interested vendors must also comply with stringent cybersecurity requirements as outlined by the Defense Health Agency, ensuring the protection of sensitive data throughout the contract lifecycle.
    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.
    J065--Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is seeking qualified small businesses to provide preventative maintenance inspection, corrective maintenance, and repair services for a government-owned Abbott VP2000 slide stainer at the Greater Los Angeles VA Healthcare System. The contract is a firm fixed price arrangement for a base year with two option years, requiring all necessary labor, materials, and software updates to ensure the equipment operates in accordance with manufacturer specifications and Joint Commission standards. The Abbott VP2000 is critical for preparing samples for molecular diagnostic analyzers, emphasizing the importance of maintaining its functionality for accurate diagnostics. Interested parties must submit their technical narratives, past performance documentation, and pricing by December 22, 2025, with inquiries directed to Contract Specialist Loan Dho at loan.dho@va.gov.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.