6640--FY25 – Spokane – CPRR Clinical Chemistry Laboratory Equipment Base Plus 4 Procurement
ID: 36C26025Q0178Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the procurement of clinical chemistry laboratory equipment at the Mann-Grandstaff Veterans Affairs Medical Center in Spokane, Washington. This solicitation, identified as 36C26025Q0178, encompasses a Base Plus Four Federal Supply Schedule Order valued at $41.5 million, aimed at ensuring the continuous supply and maintenance of clinical laboratory equipment necessary for accurate and efficient laboratory operations. The procurement is critical for supporting the healthcare services provided to veterans, emphasizing compliance with regulatory standards and the delivery of high-quality diagnostic testing. Interested vendors should direct inquiries to Hector Gonzalez at hector.gonzalez1@va.gov, with the submission deadline for offers extended to February 28, 2025.

    Point(s) of Contact
    Hector GonzalezContracting Specialists
    hector.gonzalez1@va.gov
    Files
    Title
    Posted
    The presolicitation notice details the upcoming procurement for base clinical chemistry laboratory equipment for the Spokane VAMC, under solicitation number 36C26025Q0178, with a response deadline of February 7, 2025. This request is set aside for small businesses and falls under product service code 6640 and NAICS code 325413. The contractor must provide an instrument capable of performing various analyses with high accuracy as per the 1988 Clinical Laboratory Improvement Act (CLIA) standards. Additionally, the contractor is required to maintain a stocked inventory of essential supplies, including reagents and controls, ensuring no disruption in laboratory operations. Any changes in methodology or technology must be reported promptly, highlighting the importance of communication and compliance in contract performance. This procurement emphasizes the necessity for high-quality instruments and reliable supply chains in healthcare settings, reflecting the government’s commitment to maintaining standard laboratory practices and patient care.
    This document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for Clinical Laboratory Equipment at the Spokane VA Medical Center. The solicitation includes a Base contract period from April 1, 2025, to March 31, 2026, with four additional option years. The RFP details the requirements for laboratory instruments, emphasizing accuracy, reliability, and the provision of consumables and reagents necessary for operational continuity. Contractors are expected to deliver, install, and maintain the equipment at no additional charge, ensuring that reagents and supplies are of high quality, with clearly defined expiration dates. Key elements include a stipulation for 24/7 technical support, regular training for VA staff, and rigorous quality monitoring based on established performance metrics with penalties for non-compliance. The document outlines the importance of seamless integration with existing health information systems, adherence to FDA regulations, and comprehensive environmental and safety protocols relating to hazardous waste management. This RFP reflects the VA's commitment to high standards of service and operational efficiency within its clinical laboratories, facilitating improved healthcare services for veterans while ensuring adherence to federal contracting regulations.
    The document pertains to an amendment of a Request for Quotation (RFQ) issued by the Network Contracting Office 20 for services related to the Chemistry Laboratory at the Spokane Veterans Affairs Medical Center (VAMC). The primary purpose of this amendment, RFQ 36C26025Q0178, is to extend the submission deadline for offers from February 7 to February 21, 2025, in order to enhance competition. Key updates include the addition of an estimated volume of tests for the year, a laboratory layout, and a revised Statement of Work to clarify requirements. The modification emphasizes that all other terms of the original RFQ remain unchanged. The point of contact for this amendment is Hector Gonzalez at the VA, who can provide further information. This amendment reflects the necessary adjustments in government contracting processes to ensure a comprehensive and competitive procurement environment.
    The document outlines an amendment to Request for Quotation (RFQ) 36C26025Q0178 issued by the Network Contracting Office 20, specifically pertaining to the Spokane Veterans Affairs Medical Center (VAMC). The amendment serves to clarify the list of tests and their estimated volumes, in addition to providing a layout of the Spokane Laboratory. This modification is essential for prospective offerors, as it improves understanding of the service requirements and operational expectations. The amendment includes instructions for bidders on how to acknowledge receipt, emphasizing the importance of compliance to avoid rejection of offers. While the document maintains regulatory compliance and structure expected in government procurement processes, it centers on ensuring clear communication and transparency for potential contractors involved in the RFQ process.
    The document outlines an amendment to a solicitation for federal contracting, specifically extending the deadline for receipt of offers from February 21, 2025, to February 28, 2025. This extension aims to provide vendors with additional time to submit their bids. The document includes standard sections such as amendment numbers, contract identification codes, administrative details, and signing requirements. It specifies that offers must acknowledge the amendment prior to the new deadline to be considered valid. Additionally, it clarifies that all other terms and conditions of the original solicitation remain unchanged. This amendment reflects the federal government's ongoing effort to facilitate vendor participation in opportunities by ensuring sufficient time for proposal preparation, ultimately enhancing the procurement process.
    The document outlines annual testing estimates for a range of biochemical substances and indicators, primarily used for medical diagnostics. It lists over 60 tests, with the estimated number of tests per year totaling approximately 811,800. Key tests include Albumin Serum Plasma (36,500), ALT (35,500), BUN (42,000), and Cholesterol (23,400), among others. Additionally, it presents in-house testing options for specific hormones and proteins, alongside their projected annual test volumes, such as DHEA (225), Progesterone (175), and Estradiol (125). The document also details the pricing structure for various operational years starting from April 2025 through March 2030. The overall purpose appears to align with government procurement activities, such as federal and state RFPs, aimed at standardizing and potentially outsourcing medical testing services while managing budgetary constraints effectively. This comprehensive summary of the document underscores its relevance in advancing health services through systematic testing protocols integrated into funding proposals.
    The document details a comprehensive list of laboratory test analytes, including the estimated tests for the period from December 2023 to December 2024, along with the anticipated price per test for each analyte. It includes a wide range of medical tests, such as acetaminophen, cholesterol, hormones like TSH and Vitamin B12, and several drug screenings, with prices ranging from $100 to $463,000. Each analyte also appears to be organized with a focus on their applications in medical diagnostics, pharmacology, and general health assessment. This document serves as a reference for prospective bidders in government RFPs, grants, or contracts related to laboratory services, outlining financial considerations for the expected scope of testing services over multiple option years. Overall, it illustrates the anticipated demand and cost associated with various diagnostic tests critical for patient care in public health initiatives.
    The document presents detailed laboratory test results for various analytes across two periods, December 2024 for two different profiles (Pro 1 and Pro 2). It includes routine and STAT measurements of tests such as Acetaminophen, Microalbumin, and a range of other biochemical assays alongside values indicating abnormal lab results. Importantly, it notes transitions to new generation testing methods for certain analytes. The specific results are compared across two distinct timelines for each analyte, highlighting changes in testing numbers and performance. The context suggests that this data informs decision-making for laboratories in government health services or organizations involved in federal grants or RFPs related to laboratory operations. The information would be pertinent for organizations seeking to adhere to updated guidelines or improve efficiency in lab testing, ensuring accurate diagnostics for healthcare initiatives funded or regulated through government channels. The systematic layout of results supports analysis for budgeting, program funding, or operational improvements within health departments.
    This document outlines a federal request for proposal (RFP) issued by the Department of Veterans Affairs for clinical laboratory equipment, specifically for a Clinical Chemistry/Immunochemistry system at the Spokane VA Medical Center. The estimated total award amount is $41.5 million, covering a base year with four additional option years for ongoing services. The procurement emphasizes the provision of high-quality equipment along with a continuous supply of reagents and necessary parts, ensuring operational efficiency and compliance with health standards. Key requirements include the capability for random access testing, immediate availability of emergency supplies, and stringent performance specifications related to equipment accuracy and reliability. The document details the responsibilities of the contractor, including provisions for maintenance, technical support, and quality assurance measures within specified performance thresholds. The solicitation seeks responses from unrestricted bidders, with a focus on ensuring that all services adhere to federal standards and best practices. The overall goal is to enhance the laboratory's capacity to deliver accurate and timely healthcare services to veterans, showcasing the government's commitment to supporting veteran healthcare through upgraded medical technology.
    The document outlines a federal solicitation (36C26025Q0178) issued by the Network Contracting Office 20 for clinical laboratory equipment for the Veterans Affairs (VA) in Spokane. It details a Base Plus Four Federal Supply Schedule Order with a total award amount of $41.5 million, stretching from April 1, 2025, to March 31, 2030. The procurement focuses on all supplies and services necessary for the operation of Clinical Chemistry and Immunochemistry instrumentation, outlining contractor responsibilities including continuous inventory supply, compliance with the Clinical Laboratory Improvement Act, and laboratory standards. Additionally, the document specifies delivery schedules, pricing for reportable results, and vendor obligations for maintenance, training, and quality assurance. The solicitation is aimed at ensuring the chosen contractor provides comprehensive support for clinical laboratory equipment while maintaining high standards of accuracy, operational efficiency, and regulatory compliance. Key elements include performance monitoring, transparency in billing, and stringent quality control measures throughout the contract duration. This procurement effort emphasizes the VA's commitment to providing high-quality healthcare services to its veteran population by ensuring reliable laboratory processing capabilities.
    The document appears to be a layout or inventory of office spaces and their respective square footage within a government or institutional building. Key sections include various offices, staff areas, and support facilities, specified by name and corresponding square footage measurements. The layout highlights the division of space for roles such as a nurse's office, secretarial offices, chief's office, social workers, interns, storage, restrooms, break rooms, and corridors. The purpose of this document might be to assist in the planning or bidding process for renovations, relocations, or resource allocation related to these spaces. It may be part of a broader Request for Proposals (RFP) or grant submission focusing on facility management or improvement projects, aligning with federal or state regulations. The precise details, including varied square footage, reflect an intention to optimize space usage, possibly for increased efficiency or better service delivery within the facility. Overall, the summary indicates an organized approach to understanding the physical layout for potential development or management tasks.
    Similar Opportunities
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for maintenance and repair services for the Copan Diagnostics WASP system at the VA St. Louis Healthcare System. The contract, valued at approximately $34 million, is a firm-fixed-price agreement that spans five years, from May 1, 2025, to April 30, 2030, and includes provisions for annual renewals. This service is critical for ensuring the reliability of medical equipment, which is essential for patient care, and requires contractors to provide comprehensive maintenance, including preventative services, 24/7 support, and emergency repairs, all in compliance with VA standards. Interested vendors must submit their proposals by March 14, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    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.
    6515--Presolicitation Rental/Lease ABL90 America Blood Gas Machines
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the rental or lease of three ABL90 Blood Gas Analyzers, along with maintenance services, through the Network Contracting Office 1. This procurement aims to enhance patient care by providing reliable medical equipment and ensuring ongoing maintenance support, which includes annual upkeep and software updates. The total award amount for this contract is projected at $34 million, covering a base period of one year with four option years. Interested contractors must submit their quotations by March 10, 2025, and direct any inquiries to Contract Specialist James L. Moore at james.moore14@va.gov, with a deadline for questions set for March 12, 2025.
    6550--MPLS - Unrestricted - Supply IDIQ Lab Blood Bank Automation Pre-Solicitation Notice
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a Blood Bank Automation System through an indefinite quantity contract. This procurement aims to enhance healthcare services for veterans by integrating advanced in-vitro diagnostic products and services, with a minimum guarantee of $2,000 and a ceiling price of $750,000 over a six-year period. The contract will include specific quantities of diagnostic cards and reagents, emphasizing compliance with Federal Acquisition Regulations and promoting competition among small businesses. Interested parties should direct inquiries to Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov, with the solicitation number 36C26325R0037 guiding submissions.
    6640--Coagulation Follow-on Contract (VA-25-00007795) 589-25-3-1598-0003
    Buyer not available
    The Department of Veterans Affairs is preparing to award a firm fixed price contract for coagulation testing services and supplies across multiple facilities within the VISN 15 network. This procurement aims to cover the cost per reportable result for PT/PTT coagulation equipment and associated testing supplies, with a contract structure that includes a base period and four optional years. The services are critical for ensuring accurate and timely coagulation testing, which is essential for patient care in various medical settings. Interested bidders must be registered and active in the System for Award Management (SAM) to participate, with the solicitation expected to be released electronically on or around March 4, 2025. For further inquiries, potential contractors can contact Contracting Officer Lisa A. Buchanan at lisa.buchanan1@va.gov or by phone at 913-946-1990.
    6515--Agilent Artisan Link Pro Special Stains System (Brand Name)
    Buyer not available
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for the procurement of one unit of the Agilent Artisan Link Pro Special Stains System, a brand-name product essential for medical applications. The procurement specifically targets Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small or emerging firms capable of providing this specialized medical equipment. The selected vendor will play a crucial role in supporting healthcare services at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. Interested parties must submit their responses, including company details and capability statements, to the Contracting Officer, Waymon McNeal, at waymon.mcnealjr@va.gov by 3:00 PM Central Standard Time on March 14, 2025, in compliance with FAR regulations and SAM registration requirements.
    6640--554 Chemistry and Immunochemistry CPRR
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking suppliers for Chemistry and Immunochemistry Cost Per Reportable Result (CPRR) services at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. This sources sought notice aims to gather market information to assess procurement methods and potential small business set-asides, inviting interested vendors to submit capability statements that detail their resources and ability to provide necessary services, including equipment, maintenance, software, training, and supplies for chemistry and immunochemistry testing. These services are crucial for supporting the healthcare needs of veterans, ensuring they receive accurate and timely laboratory results. Responses are due by March 14, 2025, at 2 PM Mountain Time, and interested parties can contact Contracting Officer Edward Emerson at Edward.Emerson@va.gov or by phone at 303-712-5720 for further information.
    DH01--VISN22 Data Innovations Instrument Manager Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the DH01--VISN22 Data Innovations Instrument Manager Service, aimed at providing maintenance, service, and support for Data Innovations Instrument Manager Licenses across the Veterans Integrated Services Network (VISN) 22. This procurement involves a Blanket Purchase Agreement (BPA) with a five-year base period, ensuring the operational support of critical data management tools that connect lab instruments to the electronic health record system (VistA), which is vital for efficient healthcare delivery within the VA system. Interested vendors must comply with technical specifications and submit detailed pricing by March 14, 2025, at 1:00 PM Pacific Time, with the evaluation based on the lowest acceptable price that meets all requirements. For further inquiries, vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314.
    J066--Agilent Technologies Mass Spectrometers and Chromatography Systems Preventative Maintenance and Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide full-service preventative maintenance and services for Agilent Technologies Mass Spectrometers and Chromatography Systems at the North Texas Veterans Medical Center in Dallas, Texas. The procurement aims to ensure comprehensive maintenance in accordance with OEM standards, including equipment repair, parts replacement, and annual preventative maintenance visits, while adhering to established quality management standards such as ANSI and ISO certifications. This contract, valued at approximately $34 million, is critical for maintaining advanced medical equipment essential for veterans' healthcare. Proposals are due by March 24, 2025, with technical inquiries directed to Contract Specialist Kathryn Prose at kathryn.prose@va.gov or (254) 217-2835, and must be submitted electronically.
    6550--Lab Testing Services - (HIV/HCV/HPV/On)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.