FY26 Cepheid GeneXpert Molecular Diagnostic Testing System Supplies and Services
ID: 36C26125Q0576Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

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

    The Department of Veterans Affairs is seeking to procure supplies and services for the Cepheid GeneXpert Molecular Diagnostic Testing System at the San Francisco VA Medical Center. This procurement aims to provide essential PCR testing kits, onsite service support, and software upgrades, ensuring the continued operation of the GeneXpert analyzer in accordance with the Statement of Work. The contract will be structured as an indefinite delivery/indefinite quantity (IDIQ) agreement, with a guaranteed minimum value of $10,000 and a maximum of $2,500,000, reflecting the critical need for timely diagnostic capabilities within the VA health system. Interested vendors must submit their quotes and supporting documentation to David J. Alvarez at david.alvarez4@va.gov by July 21, 2025, at 10:00 AM Pacific Time to be considered for this sole source opportunity.

    Point(s) of Contact
    David J. Alvarez
    david.alvarez4@va.gov
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) regarding a service and supply contract for the Cepheid GeneXpert analyzer at the San Francisco VA Health Care System. The RFP details the acquisition process, emphasizing an indefinite delivery/indefinite quantity (IDIQ) structure to accommodate unpredictable patient demands over five ordering periods, from October 1, 2025, to September 30, 2030. Core responsibilities include supplying PCR testing kits for various infections, onsite service support, and software upgrades. The total contract value has a guaranteed minimum of $10,000, with a maximum of $2,500,000. Important administrative details include the submission of invoices, payment terms, and compliance with federal regulations. The contractor must maintain strict confidentiality regarding patient information and adhere to records management protocols, ensuring all deliverables remain government property. The document also incorporates numerous Federal Acquisition Regulation (FAR) clauses to govern contract execution, emphasizing the importance of compliance and accountability throughout the process. Overall, this RFP signals a commitment to enhancing diagnostic capabilities within the VA health system.
    The document outlines a request for sole source justification for Cepheid GeneXpert testing supplies and services needed by the VA San Francisco Microbiology Laboratory. It invokes FAR 13.5 Simplified Acquisition Procedures, asserting that Cepheid is the only responsible source for necessary supplies due to proprietary rights that prevent competition. The procurement includes specific kits and an advantage service agreement ensuring system uptime. A Sources Sought notice was issued without any alternative responses. Market research indicates that no viable competitive sources exist, affirming Cepheid's unique qualifications for fulfilling the agency's requirements. The justification emphasizes that Cepheid's proprietary cartridges are essential for the operation of the GeneXpert system, avoiding the costs and delays of obtaining new equipment. Project approvals are documented, ensuring compliance with Federal procurement regulations while affirming the importance of maintaining timely patient testing capabilities. The document acts as a formal procedure to ensure continued access to critical testing supplies, highlighting the agency's commitment to efficient healthcare delivery.
    The San Francisco VA Health Care System (SFVAHCS) is seeking a five-year indefinite delivery/indefinite quantity (IDIQ) contract for service and supplies related to the VA-owned Cepheid GeneXpert analyzer, crucial for PCR testing of various pathogens, including COVID-19 and influenza. The contract will span five ordering periods from October 1, 2025, to September 30, 2030, to ensure responsive healthcare delivery. Services will include 24/7 phone support, onsite maintenance, parts, labor, and software upgrades, with an uptime guarantee of 98%. Additionally, the contract outlines that all records and deliverables produced will be government property, emphasizing compliance with privacy regulations, data security, and records management. Contractors won't access personal or sensitive patient information and can only retain records directly tied to the contract. This initiative underscores the VA’s commitment to maintaining necessary medical testing capabilities while ensuring compliance with federal regulations concerning data protection and records management.
    Similar Opportunities
    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.
    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.
    6640--Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)
    Veterans Affairs, Department Of
    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.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.
    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.
    Q301--Actionable-554 (LAB) | NEW - Prostate Testing, Urine, Non Invasive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is conducting a Sources Sought Notice to identify potential suppliers for Non-Invasive Prostate Testing Kits to support the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a urine-based molecular liquid biopsy test that differentiates between high and low risk of aggressive prostate cancer without using PSA levels or requiring a digital rectal exam (DRE). This testing is crucial for improving patient outcomes by providing accurate risk assessments for prostate cancer, thereby guiding the need for biopsies. Interested vendors must submit their capabilities, including company details and compliance with Federal Acquisition Regulation (FAR) requirements, by December 16, 2025, at 8:00 AM Eastern Time, to Alejandra Sierra at Alejandra.Sierra@va.gov.
    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.
    Q301--RNA Extraction and Sequencing - DURHAM VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source, firm-fixed-price contract with Duke University for RNA extraction and sequencing services. This procurement supports the VA's ongoing research on COVID-19 epidemiology, immunology, and clinical characteristics, which involves processing 800 whole blood RNA sequencing samples and performing 1600 RNA extractions. The total contract value is $251,672.80, with a performance period running from April 1, 2023, to March 31, 2024. Interested parties can reach out to Contracting Officer Ann Marie Stewart at annmarie.stewart@va.gov or by phone at 401-919-0878 for further details.
    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.
    To Correct Description
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking responses to a Special Notice regarding a procurement opportunity related to medical laboratory testing services. Respondents are required to complete specific columns in the attached test list, particularly Columns D and E, which pertain to in-house testing capabilities and third-party courier services. This opportunity is crucial for ensuring the availability and accuracy of medical laboratory tests, which play a vital role in patient care and treatment decisions. Interested parties should reach out to Eric A. Lingenfelter at Eric.Lingenfelter@va.gov or call 360-852-9891 for further details and to obtain the necessary documents for submission.