Intent to Sole Source - Cellavision Services (VA-25-00024899)
ID: 36C26325Q0636_1Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole source contract to Sysmex Americas, Inc. for the repair and preventative maintenance of CellaVision laboratory equipment at the St. Cloud VA Medical Center in Minnesota. The contract will cover a base year and four option years, from August 15, 2025, to August 14, 2030, and includes services such as software updates, annual preventive maintenance, repairs, and part replacements, ensuring compliance with manufacturer recommendations. This equipment is critical for laboratory operations, and the selected contractor must have OEM-trained field service representatives and use only OEM parts. Interested parties may submit capability statements to Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov by August 11, 2025, at 10:00 AM Central Time, although the government retains discretion over whether to proceed with a competitive procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole source contract to Sysmex Americas, Inc. for Repair and Preventative Maintenance of CellaVision Laboratory Equipment. This action is justified under 41 U.S.C 253(c) (1) FAR 6.302-1, citing only one responsible source can meet agency requirements. The services will be performed at the St. Cloud VA Medical Center in St. Cloud, MN. The NAICS code for this procurement is 811210 (Electronic and Precision Equipment Repair and Maintenance), and the PSC is J065. This notice is not a request for quotations; however, other responsible sources may submit capability statements to Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov by August 11, 2025, at 10:00 AM Central Time. These statements will be reviewed to determine if a competitive procurement is feasible, though the decision to proceed sole source remains at the government's discretion. A formal solicitation will not be issued.
    This government Statement of Work (SOW) outlines the requirements for providing repair and preventive maintenance services for CellaVision Lab equipment at the VA St Cloud Health Care System (VHASTC) in St Cloud, Minnesota. The contract covers a base year and four option years, from August 15, 2025, to August 14, 2030. Services include software updates, periodic preventive maintenance (annually in May), repairs, and part replacement, ensuring the system aligns with manufacturer recommendations. Bidders must have OEM-trained field service representatives, use only OEM parts, and provide documentation of factory certification upon request. The equipment specifically listed is a CellaVision DM1200. The SOW details conformance standards, hours of coverage (24-hour phone support, 2-hour response during business hours), and procedures for both unscheduled (24-hour on-site response) and scheduled maintenance. All travel, labor, and parts are covered. Documentation of services, including detailed descriptions and replaced parts, is required within five business days of completion. Contractors must have fully qualified FSEs, with a backup, trained on the specific CellaVision equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    J066--VISN22 CRYOSTAT PREVENTIVE MAINTENANCE AND SERVICE BASE PLUS 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for preventive maintenance and repair services for seventeen Epredia Cryostar NX50 instruments across multiple VA facilities within the VISN22 network, including locations in New Mexico, Long Beach, Phoenix, Loma Linda, San Diego, Tucson, and Great Los Angeles. The contractor will be responsible for providing comprehensive services, including preventive maintenance, corrective maintenance, software support, and 24/7 technical assistance, ensuring that all equipment operates according to manufacturer specifications using OEM parts. This contract, which spans a one-year base period with four option years, emphasizes the importance of maintaining critical laboratory equipment for the VA's healthcare systems. Interested vendors must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 11, 2025, with questions due by December 4, 2025. The procurement will be evaluated based on the lowest priced quotation that meets all specified requirements.
    J065--GE Imaging Equipment Maintenance & Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    6515--Special Notice 5-10 Dec 2025 Roche diagnostic supplies
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to negotiate a sole-source, firm-fixed-price contract with Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and Special Stain (SS) reagents necessary for diagnostic staining at the Overton Brooks VA Medical Center in Shreveport, LA. This procurement includes not only the reagents but also compatible instrumentation, installation, staff training, and ongoing technical support to ensure uninterrupted diagnostic capabilities over a base period plus four option years. The goods and services are critical for the Pathology and Laboratory Medicine Service, as Roche Diagnostic Corporation is the sole manufacturer of the required VENTANA instrumentation and reagents. Responses to this opportunity are due by December 10, 2025, at 10:00 AM CST, with all inquiries to be submitted by December 8, 2025, at 10:00 AM CST; interested parties may contact Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov or by phone at 832-352-2915 for further information.
    Clement J. Zablocki VAMC Flow Cytometry Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the provision of 10-color Flow Cytometry instrumentation, along with ancillary sample and reagent preparation equipment, for the Clement J. Zablocki VA Medical Center located in Milwaukee, Wisconsin. The contract can be structured as a Cost per Patient Reportable Result (CPRR), Cost per Test (CPT), or a fixed monthly lease, emphasizing that it is not a capital purchase. This advanced instrumentation is crucial for performing Lymphocyte Subsets and Leukemia/Lymphoma Immunophenotyping, and it must include FDA-approved systems along with comprehensive support services such as training and preventative maintenance. Interested contractors should note that the award will be based on the lowest price technically acceptable offer, and they can contact Colby Pasholk at colby.pasholk@va.gov for further information. The contract will have a base period plus four option periods, extending until July 31, 2031.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.