J066--DxM 1040 MicroScan WalkAway PM
ID: 36C25726Q0004Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole source contract for preventative maintenance and service of the DxM 1040 MicroScan WalkAway instrument to Beckman Coulter, Inc. This procurement requires the contractor to provide annual preventative maintenance, 24/7 technical support, and on-site service, ensuring compliance with federal regulations and VA accreditation policies. The contract period is set from December 20, 2025, to December 19, 2026, with a projected award date around November 1, 2025. Interested vendors must submit capability statements by July 21, 2025, at 10:00 AM CDT, and must be registered in the System for Award Management (SAM) and verified as Service Disabled Veteran Owned or Veteran Owned Small Businesses. For further inquiries, contact Jose Campa at jose.campa@va.gov or (210) 694-6311.

    Point(s) of Contact
    Jose CampaSenior Contract Specialist
    (210) 694-6311
    Jose.Campa@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a notice regarding a sole source procurement for preventative maintenance and service of the DxM 1040 MicroScan WalkAway instrument, intended for the West Texas VA Health Care System. The contract is anticipated to be awarded to Beckman Coulter, Inc., with expected action around November 1, 2025, and a performance period from December 20, 2025, to December 19, 2026. This procurement will be conducted under FAR 13.501(a)(2)(i), and while it is not a request for competitive proposals, any interested parties may submit capability statements to be considered. Interested vendors must be registered in the System for Award Management (SAM) and be verified as Service Disabled Veteran Owned or Veteran Owned Small Businesses. Responses are due by July 21, 2025, at 10:00 AM CDT. Should no responses be received, a contract will be awarded to Beckman Coulter, Inc. without further notice. The document emphasizes compliance with proper procurement procedures and transparency in soliciting alternatives, maintaining the VA's discretion in determining competition.
    The West Texas VA Health Care System requires preventative maintenance and service for its DxM 1040 MicroScan Walkaway instrument (S/N 44010514, ID# 83788377) in Pathology and Laboratory Medicine. The contract mandates one preventative maintenance service annually, performed by a Certified Beckman Coulter Field Service Engineer or authorized third party. Services include 24/7 technical phone and remote support, assay test menu expansion, and on-site service Monday-Friday, 8am-4:30pm, excluding holidays. Preventative maintenance must cover specific component replacements, system checks, and adjustments. The contractor must provide all labor, parts, and travel, including OEM replacement parts and emergency services with a two-business-day on-site response. Loaner instruments will be provided, with shipping costs covered by the contractor. The period of performance is from December 20, 2025, to December 19, 2026, with four one-year option periods. Detailed service reports are required after each visit. The contract adheres to federal and VA regulations concerning information security, records management, and compliance with AABB and CAP accreditation policies. Contractor personnel require VA access badges and must comply with facility safety protocols.
    The West Texas VA Health Care System requires preventative maintenance and service for the DxM 1040 MicroScan Walkaway device, underscoring its importance in Pathology and Laboratory Medicine. The contractor must provide comprehensive services annually, including labor, parts, and 24/7 technical support, while ensuring maintenance tasks such as replacing optical shields, inspecting water tanks, and performing system checkups. Services are to be conducted on-site during weekdays, with strict adherence to operational and safety improvements. The period of performance stretches from December 20, 2025, through December 19, 2030, encompassing various option years. Contractors must comply with federal information security laws and are liable for any breaches involving sensitive personal data. Documentation post-service is mandatory, detailing the service performed and any parts replaced, with an emphasis on compliance with the American Association of Blood Banks and other regulations. Additionally, contractor employees must obtain access badges and follow facility protocols. This contract illustrates the VA's dedication to maintaining high standards of care and operational efficiency within its healthcare systems.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide preventative and corrective maintenance services for medical test equipment at the Washington DC VA Medical Center. The contractor will be responsible for delivering all necessary labor, personnel, equipment, tools, materials, and supervision to ensure the proper functioning of medical test equipment, adhering to manufacturer recommendations for maintenance and repair. This opportunity is critical for maintaining the operational integrity of medical equipment, which is essential for patient care and safety. Interested vendors must submit their responses by December 29, 2025, at 10:00 AM ET, including relevant business information and capability statements, to the primary contact, Bill Pratt, at Billie.Pratt@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.
    6515--Special Notice -Roche Diagnostic Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract to Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and compatible Special Stain (SS) Reagents, along with associated services, at the Overton Brooks VA Medical Center (OBVAMC). The contract will span from January 1, 2026, to December 31, 2030, including a base year and four option years, and aims to ensure accurate and efficient diagnostic staining for patient care through the provision of reagents, supplies, maintenance, and 24/7 technical support. This procurement is critical for maintaining high standards in laboratory diagnostics, and interested parties must submit their capabilities statements by December 16, 2025, to Rhonda Gibson at rhonda.gibson2@va.gov, referencing notice number 36C25626Q0248.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.