J065--Award Notice- Cepheid Lab Analyzers Service VISN
ID: 36C26325Q0368Type: Special Notice
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is awarding a sole-source contract for the maintenance and support of Cepheid laboratory analyzers within Veterans Integrated Service Network (VISN) 23. This contract, valued at $439,785, encompasses essential technical support services, including 24/7 phone assistance, on-site responses within two days, next-day system swaps, and coverage for all labor and parts, ensuring the operational accuracy and safety of critical medical equipment. The awardee, Cepheid, is the only authorized provider for servicing this specific equipment, as confirmed by market research, which indicated no alternative vendors could meet the specialized service requirements. Interested parties can reach out to Contracting Specialist Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631, with responses accepted until March 4, 2025, at 4:00 PM Central Time.

    Point(s) of Contact
    Jennifer Watkins-SchoenigContracting Specialist
    (319) 688-3631
    Jennifer.watkins-schoenig@va.gov
    Files
    Title
    Posted
    This document serves as a Special Notice regarding the award of a contract for Cepheid Lab Analyzers Service under the Department of Veterans Affairs. The contract, numbered 36C26325P0495, amounts to $439,785.00 and was awarded on February 26, 2025. The contracting office, located in Coralville, Iowa, will accept responses until March 4, 2025, at 4:00 PM Central Time. The notice indicates that the funding is not sourced from recovery act funds and provides relevant service and industry classifications, including a Product Service Code of J065 and NAICS Code 811210. The awardee, Cepheid, is based in Sunnyvale, California. A Sole Source Justification document was mentioned as an attachment, likely providing the rationale for awarding the contract without competitive bidding. This summary encapsulates the essential information regarding the contract award, the timeline, and the involved parties, reflecting the procedural aspects typical in government RFPs and grants.
    The document details a Justification and Approval (J&A) request by the Department of Veterans Affairs for a sole-source contract for the annual maintenance and support renewal of Cepheid laboratory instruments within Veterans Integrated Service Network (VISN) 23. The contract, with an estimated cost of $439,785 for one year, includes essential technical support services such as 24/7 phone assistance, on-site responses within two days, next-day system swaps, and coverage of all labor and parts. The justification cites Cepheid as the only authorized provider for servicing this specific laboratory equipment, emphasizing the importance of authorized maintenance to ensure safety and operational accuracy. Market research confirmed no alternative vendors were suitable for these services; an intent to sole source was published without any responses. The document includes approvals from the contracting officer and the branch chief, affirming the need for this acquisition to maintain optimal functionality of critical medical equipment used within VA facilities. This request highlights the VA's compliance with statutory authority for limited competition in cases where only one source is viable due to specialized service requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6550--VISN 19 Compatible Cepheid Reagents and Consumables
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential suppliers for compatible Cepheid reagents and consumables through a Sources Sought Notice issued by the Network Contracting Office 19. The procurement aims to identify suppliers of molecular diagnostic test kits for various pathogens, including Methicillin-Resistant Staphylococcus aureus, Norovirus, and Covid, to enhance the diagnostic capabilities of the VA's Pathology and Laboratory Services across multiple clinical laboratory locations. This initiative underscores the VA's commitment to improving healthcare for veterans while adhering to federal procurement standards. Interested vendors are encouraged to submit their capabilities, business size status, and compliance details by March 13, 2025, at 9 AM MT, with inquiries directed to Contract Specialist Tania Urenda at tania.urenda@va.gov or by phone at 303-712-5730.
    J065--FY25 SERVICES (1YR) BIO-RAD SERVICE CONTRACT (VA-25-00047665)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the maintenance of the Bio-Rad Evolis Vitamin D Analyzer at the Stratton VA Medical Center in Albany, NY. This contract will encompass a firm fixed-price agreement that includes preventative maintenance visits, repairs, and necessary parts for the VA-owned equipment, with a base period and four additional option periods. Ensuring the operational readiness of medical equipment is crucial for the VA's mission, and this initiative reflects their commitment to maintaining high standards of service. Interested service providers, particularly Service Disabled Veteran Owned, Veteran Owned, or other small businesses, are encouraged to demonstrate their capabilities by contacting Contract Specialist Michelle Harsch at Michelle.Harsch@va.gov or by phone at 716-862-7373.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    6640--AutoMicrobiological Blood Culture Testing/Systems (CPT) VISN 15
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Cost Per Test (CPT) for Automated Microbiological Blood Culture Testing/Systems across multiple facilities under VISN 15. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying testing equipment, reagents, maintenance, and personnel training, all compliant with FDA standards and the Clinical Laboratory Improvement Act. This initiative is crucial for enhancing healthcare services for veterans, ensuring reliable and efficient testing processes. Interested parties must respond by March 7, 2025, and are required to be registered in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Maria Riza Owen at maria.owen2@va.gov or call 913-946-1122.
    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.
    J065--Biosense Webster Service Agreement | Base 1 OY Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source, Firm-Fixed Price Contract for a service agreement related to the Carto3 system with Biosense Webster, located in Diamond Bar, CA. This procurement aims to secure essential medical technology support for the Cincinnati VA facility, reflecting the specific needs of the Veterans Health Administration. The service agreement is crucial for maintaining and repairing medical equipment, ensuring that the VA can provide high-quality care to veterans. Responses to the official solicitation number 36C25025Q0354 are due by March 7, 2025, at 08:00 a.m. Eastern Time, and interested contractors can submit their capabilities statements to the contracting officer, Christopher T. Council, via email at Christopher.Council@va.gov.
    J065--Carefusion Pyxis
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 07, intends to award a Sole Source contract to CareFusion Solutions, LLC for the installation and maintenance of MedStation equipment and support for BD CareFusion Pyxis Systems at the Central Alabama Veterans Health Care System. This procurement requires that all services be performed by manufacturer-trained technicians, as CareFusion is the only authorized provider for these specific products. The contract is crucial for ensuring the operational integrity of medical equipment used in veteran healthcare, with the performance period set from April 1, 2025, to March 31, 2026. Interested parties must submit inquiries and capability statements to Contract Specialist Khalil Al-Amin at khalil.al-amin@va.gov by March 6, 2025, to be considered for this opportunity.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide maintenance and repair services for the Copan Diagnostics WASP system at the VA St. Louis Healthcare System. The procurement aims to ensure uninterrupted functionality of critical medical equipment, emphasizing the need for comprehensive services including preventative maintenance, 24/7 technical support, and emergency repairs. This contract, valued at $34 million, is a firm-fixed-price agreement effective from May 1, 2025, through April 30, 2030, with provisions for annual renewals. Interested contractors must submit bids by March 5, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    Q301--Notice of Intent to Sole Source - Cytogenetic Lab Testing
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with the University of Wisconsin System State Laboratory of Hygiene for cytogenetic laboratory testing services at the William S. Middleton VA Hospital in Madison, WI. This firm-fixed-price contract, lasting five years, will encompass key services such as specimen preparation, transportation, analytical testing, and reporting, while adhering to safety and quality standards set by the Clinical Laboratory Improvement Amendments (CLIA). The contract is crucial for providing specialized medical testing services that enhance patient care for veterans. Interested parties may submit their capabilities by March 6, 2025, and should direct inquiries to Contract Specialist Donald St. Onge at donald.st.onge@va.gov or by phone at 414-844-4828.
    J065--CLIN Addition Option Year 2
    Buyer not available
    The Department of Veterans Affairs (VA), through its Network Contracting Office 17, is initiating a sole-source contract award to Medtronic USA Incorporated for the addition of CLIN 2003 to Purchase Order 36C25723P0192. This contract pertains to the service and maintenance of O-Arm and S8 systems, covering the period from April 24, 2025, to April 23, 2026, and is critical for ensuring the operational readiness of medical equipment used in veteran care. Interested parties must submit their capability information by March 4, 2025, to be considered for potential competitive procurement, with responses directed to Contract Specialist Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov. If no responses are received, the contract will proceed with Medtronic without further notice, in accordance with FAR 13.5 for sole-source acquisitions.