6640--598-25-2-105-0184 The Binding Site Optilite System POP 3/31/2025-3/30/2026
ID: 36C25625Q0510Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Veterans Affairs, through Network Contracting Office 16, intends to award a sole-source, firm fixed-price contract to The Binding Site for the Optilite Optimized Protein System, which is essential for operations at the Central Arkansas Veterans Healthcare System. This procurement aims to ensure continuity of patient care, as The Binding Site is recognized as the original equipment manufacturer and sole provider for this specialized analyzer, with sourcing from other suppliers deemed to incur unacceptable costs and delays. The Optilite System plays a critical role in in-vitro diagnostics, supporting healthcare services for veterans. Interested entities that can meet the requirements are invited to submit supporting documentation by February 20, 2025, with the contract effective from March 31, 2025, to March 30, 2026. For further inquiries, contact Joseph Warren at joseph.warren@va.gov.

    Point(s) of Contact
    Joseph WarrenOptilite System with Computer, UPS, and printer
    n/a
    n/a
    joseph.warren@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, through Network Contracting Office (NCO) 16, plans to award a sole-source, firm fixed-price contract to The Binding Site for the Optilite Optimized Protein System used at the Central Arkansas Veterans Healthcare System. The contract, effective from March 31, 2025, to March 30, 2026, is needed to ensure continuity of patient care, as the Binding Site is identified as the original equipment manufacturer (OEM) and sole provider for this specialized analyzer. The government believes that sourcing from any other supplier would incur unacceptable duplication of costs and delays. While this notice isn't a request for competitive quotes, any entity that can meet the requirements may respond by providing supporting documentation by the response deadline, February 20, 2025. The NAICS code is 325413, indicating it pertains to in-vitro diagnostic substance manufacturing. The announcement underscores the government’s objective of maintaining uninterrupted services in healthcare operations for veterans.
    Lifecycle
    Similar Opportunities
    J065--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    J065--Base Year | PM SVC BIOMERIEUX LAB ANALYZERS WD Exempt
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for preventive maintenance and repair services for VITEK LAB ANALYZERS to BIOMERIEUX, INC. This firm-fixed-price contract aims to upgrade the current server at the San Diego VA Medical Center, ensuring the continued functionality and reliability of critical medical equipment. The procurement falls under NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance, and is governed by FAR regulations allowing for single-source contracts under specific conditions. Interested vendors are invited to submit their capability statements and past performance experiences by 12:00 PM on December 19, 2024, to the primary contact, Charity Cazee, at charity.cazee@va.gov or by phone at 520-792-1450.
    J066--Base Year Only– Agilent Dako Artisan Svc
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Agilent Technologies, Inc. for maintenance and repair services of the Dako Artisan Stainer, specifically the Diagnostic Artisan Link Pro System, at the South Texas Veterans Healthcare System Laboratory in San Antonio, TX. This contract, which is for a base year only, will utilize a pricing agreement based on previous contracts and is critical for ensuring the operational efficiency of laboratory equipment used in patient diagnostics. Interested parties may submit capability statements within five days of the notice, although the contract is uncompetitive under the authority of 41 U.S.C. 3304(a)(1) and FAR 6.302-1. For further inquiries, contact Susan Flores at Susan.flores2@va.gov or call 210-694-6379.
    6515--INTENT TO SOLE SOURCE: CARDIOHELP 7.0 ADVANCED CARDIO SYSTEM PROPRIETARY AND EXCLUSIVE_SINGLE SOURCE SOLE OEM AUTHORIZED SDVOSB DISTRIBUTOR
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source procurement of the CARDIOHELP 7.0 Advanced Cardio System, specifically the BEQ-HLS 7050 USA SHLS Set Advanced. This contract will be awarded to Getinge USA Sales, LLC, through its authorized distributor, Fidelis Sustainability, LLC, a service-disabled veteran-owned small business (SDVOSB), due to the proprietary nature of the equipment which necessitates that it be supplied and serviced exclusively by the original equipment manufacturer and its authorized distributor. The system is critical for extracorporeal support, ensuring patient safety with real-time monitoring and rapid response capabilities, and the procurement is justified by the urgent need to replace aging medical equipment. Interested parties should express their interest to the contracting officer, Juliette Buchanan, at Juliette.Buchanan@va.gov or by phone at 802-295-9363, with responses due by February 20, 2025.
    6630--V16 Lab Chemistry and Immunochemistry CPRR BPA (VA-25-00010416)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Quotation (RFQ) for a Blanket Purchase Agreement (BPA) focused on Chemistry and Immunochemistry instrumentation and testing for the South Central VA Health Care Network (VISN 16). This procurement aims to standardize automated equipment across 8 medical center and 20 outpatient laboratories, ensuring compliance with the 1988 Clinical Laboratory Improvement Act and FDA approval for all reagents, while also providing operator training and 24/7 repair services. The initiative underscores the VA's commitment to enhancing laboratory capabilities through modern technology, with site visits permitted until February 28, 2025, allowing vendors to assess laboratory conditions and align their offerings with specific site requirements. Interested contractors can contact Diyonne Williams, the Contracting Officer, at Diyonne.Williams@va.gov for further information.
    Q301--NOI to sole source to CareDX
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent (NOI) to award a sole source contract to CareDx for the procurement of specific medical tests necessary for patient care at the Michael E. DeBakey VA Medical Center in Houston, TX. This contract, valued as a Firm-Fixed Price type, will cover the AlloMap and AlloSure tests, which are essential for heart and kidney transplant assessments. The sole source award is justified under Federal Acquisition Regulation regulations, as only CareDx can provide the required brand-name items. Interested parties have until February 25, 2025, to present compelling evidence supporting competition for this requirement, and all inquiries regarding the contract can be directed to Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov or by phone at (479) 443-4301 ext 66194.
    6550--VISN 19 Multi-Facility Point-of-Care New PNT/INR Assays Cost Per Kit (CPK)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking vendors for point-of-care (POC) PT/INR assay services under Solicitation Number 36C25925Q0220, aimed at enhancing healthcare delivery across multiple facilities in VISN 19. The procurement involves the supply of analyzers, reagents, and necessary equipment, including 11 analyzers for the Rocky Mountain Regional VA Medical Center, 15 for the Oklahoma City VA Health Care System, and 17 devices for the Salt Lake City VA Health Care System, along with additional support equipment. This initiative is crucial for providing timely and accurate diagnostic services to veterans, ensuring compliance with federal regulations and maintaining high standards of care. Interested parties must respond by February 27, 2025, to Contracting Officer Lindsey Zwaagstra at Lindsey.Zwaagstra@va.gov or by phone at 303-712-5733, as this notice serves to gauge market interest and vendor capabilities rather than a formal request for quotes.
    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.
    7H20--Intent to Sole Source: Maintenance and Support for Data Innovations Instrument Manager
    Buyer not available
    The Department of Veterans Affairs intends to sole source a contract for the maintenance and upgrade of the Data Innovations Instrument Manager software from version 8.x to 9.x for the Pathology & Laboratory Medicine Service at the Martinsburg VA Medical Center. This procurement includes all necessary labor and software licenses for the upgrade, which must be completed within 365 days post-award, and emphasizes the unique qualifications of Data Innovations as the sole provider for the required technical support and maintenance services. The contract will be awarded as a firm fixed-price contract under FAR 6.302-1, with a base period from April 1, 2025, to March 31, 2026, and interested parties can contact Contracting Officer Ethan Mauzy at Ethan.Mauzy@va.gov or (410) 642-2411 Ext. 22819 for further details.
    J065--Notice of Intent to Sole-Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to The Chudy Group, LLC for a Service Agreement concerning the TCGRX ATP2 Pharmacy Pouch Packaging Equipment. This procurement is being conducted under Simplified Acquisition Procedures as outlined in FAR 6.302-1, which permits negotiations with a single responsible source when no other options can fulfill the agency's requirements. The specialized service is critical for the VA's operations, emphasizing the unique capabilities of the designated contractor. Interested parties may submit their capabilities for consideration, but all communications regarding this intent must be directed to Contract Specialist Jennifer Nowak via email at Jennifer.Nowak@va.gov. Responses are due by 2 PM EST on February 19, 2025, and it is important to note that the government will not compensate for any information submitted.