Blood Culture Analyzers
ID: 36C26325Q0594Type: Sources Sought
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is conducting a Sources Sought notice to identify potential sources for the procurement of three Blood Culture Analyzers, along with necessary accessories and installation services. The primary objective is to enhance laboratory capabilities by acquiring state-of-the-art, FDA-approved microbiology equipment that meets specific technological standards, including fully automated systems with advanced detection technology and bi-directional data interfacing capabilities. This procurement is crucial for improving patient care and safety at the facilities involved, particularly at the Des Moines and St. Cloud VAMCs, while ensuring seamless integration with existing Laboratory Information Systems. Interested vendors must submit their responses by April 7, 2025, at 1:00 PM Central Standard Time, to Mr. Emanuel Nevarez at emanuel.nevarez@va.gov, including relevant documentation and a non-binding statement of interest.

Point(s) of Contact
Files
Title
Posted
The Statement of Work (SOW) outlines the requirements for replacing Bactec Blood Culture analyzers at two VISN 23 facilities: Des Moines VAMC and St. Cloud. The contractor is responsible for supplying and installing new, FDA-approved microbiology equipment that meets specific technological standards and improves patient care and safety. Essential features include fully automated blood culture systems with advanced detection technology, bi-directional data interfacing capabilities, and compliance with established industry standards. The procurement emphasizes new, state-of-the-art systems with self-diagnosis functions, continuous 24/7 operation, and safety protocols to minimize biohazard exposure. Installation and training support are required, with a focus on maintaining current equipment functionality and minimizing disruptions. A one-year warranty and provisions for equipment returns are also included. The SOW underscores the importance of seamless integration with the existing Laboratory Information System, as well as considerations for compatibility with current consumables. The contractor must adhere to local regulations and provide regular support throughout the implementation phase, ensuring a full operational status within six months post-award. This SOW illustrates the federal commitment to enhancing medical laboratory capabilities through technology upgrades in public health facilities.
Lifecycle
Title
Type
Blood Culture Analyzers
Currently viewing
Sources Sought
Similar Opportunities
6550--BD MGIT Mycobacterium
Buyer not available
The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) for the BD Bactec MGIT 960 Mycobacterial Detections System, which is crucial for automated Tuberculosis testing across various VISN 1 facilities. This procurement encompasses a five-year agreement that includes the provision of necessary instrumentation, supplies, reagents, maintenance services, and training for VA personnel, ensuring uninterrupted laboratory operations and compliance with regulatory standards. The selected contractor will be responsible for delivering FDA-approved equipment capable of efficiently processing Mycobacterium tuberculosis samples while maintaining stringent security and operational standards. Interested vendors must submit their responses to Contract Specialist Sarah Otis at Sarah.Otis@va.gov by April 25, 2025, as this is a sole source procurement with no solicitation currently available.
Phadia 250 Laboratory Instrument
Buyer not available
The Department of Veterans Affairs is seeking information from qualified contractors for the procurement of a Phadia 250 Allergy Testing Instrument to be installed at the Providence VA Medical Center. The selected contractor will be responsible for the installation and implementation of this fully automated laboratory system, which conducts comprehensive allergy and autoimmunity tests, with a processing capacity of 60 tests per hour. This initiative aims to enhance diagnostic capabilities within the VA system, thereby improving healthcare services for veterans. Interested firms must submit their responses, including company information and socio-economic status, to Fred Revah at frederic.revah1@va.gov by April 21, 2025, at 6:00 AM EST, and must be registered in the System for Award Management (SAM) to be eligible for future solicitations.
6640--LAB - INFECTIOUS DISEASE RETROVIRUS TRANSPLANT AND METABOLIC TESTING
Buyer not available
The Department of Veterans Affairs intends to award a sole-source firm fixed-price contract to Abbott Laboratories, Inc. for consumables and supplies necessary for in-house testing at the James J. Peters Veterans Affairs Medical Center and New York Harbor Healthcare System. The procurement aims to secure two automated single platform immunoassay analyzers to conduct a comprehensive range of immunosuppressant tests, including HIV, Tacrolimus, and Syrolimus, while achieving a minimum 95% confidence interval for assay accuracy. This initiative is critical for enhancing testing capabilities amidst staffing challenges and is part of the VA's strategic approach to optimize healthcare delivery. Interested parties may submit responses by April 17, 2025, although participation is voluntary and will not be compensated; for further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or 914-737-4400 x202107.
6515--Abbott 5 GHz i-STAT Wireless Analyzer Lebanon VA Medical Center
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide Abbott 5 GHz i-STAT Wireless Analyzers and associated rechargeable power packs for the Lebanon VA Medical Center. This Sources Sought Notice invites interested parties to demonstrate their capability to supply these specific medical instruments, with a delivery timeline set for June 2025. The procurement emphasizes the importance of engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), aligning with federal regulations that promote veteran participation in government contracts. Responses to this notice must be submitted by April 18, 2025, and should include a capability statement, product specifications, and relevant company details, directed to Contract Specialist Nathan Lohr at nathan.lohr@va.gov.
J065--Biomerieux Vitek MS Equipment Maintenance Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract with Biomerieux, Inc. for the maintenance of Biomerieux Vitek MS equipment at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that Biomerieux is uniquely qualified to meet the specific maintenance requirements for this specialized medical equipment. The service agreement is critical for ensuring the operational efficiency of the equipment used in the facility, which plays a vital role in patient care. Interested contractors may submit a capabilities statement by April 17, 2025, at 10:00 a.m. Eastern Time to Sara Wood, Contract Specialist, via email at sara.wood1@va.gov, although this notice does not constitute a request for competitive proposals.
6515--Lebanon VA - ThinPrep 5000 Processor System | NCO 04
Buyer not available
The Department of Veterans Affairs, specifically the Lebanon VA Medical Center, intends to negotiate a Sole Source Award with Hologic Sales and Services, LLC for the procurement of a ThinPrep 5000 Processor System. This automated laboratory system is essential for processing fluid-based gynecological, non-gynecological, and urine specimens, and must comply with FDA standards while offering features such as minimal maintenance, hands-free operation, and automated processing capabilities. The procurement emphasizes the importance of installation and training for up to five staff members, along with a warranty and 24/7 technical support. Interested parties that can meet these specifications must submit their capabilities by NOON EST on March 26, 2025, to the Contract Specialist, Yazmin Alvarez, at yazmin.alvarez@va.gov, as no formal solicitation will be issued.
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.
6550-- Cancer Diagnosis Probes
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide cancer diagnosis probes for the VA Greater Los Angeles Healthcare System. The procurement focuses on acquiring fluorescent in-situ hybridization probes and reagents necessary for next-generation sequence testing in cytogenetics, specifically equivalent to MetaSystems FISH probes used in diagnosing hematological disorders. This initiative is crucial for maintaining the laboratory's operational capacity and compliance, ensuring efficient testing and reimbursement processes. Interested parties must respond to the Sources Sought Notice by April 21, 2025, and can direct inquiries to Carlos Magana at carlos.magana@va.gov or by phone at 562-766-2253.
J066--Maintenance Agreement for Beckman Coulter Lab Automation System at the VA Philadelphia
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified firms to provide a maintenance agreement for the Beckman Coulter Lab Automation System at the Philadelphia VA Medical Center. The procurement aims to ensure comprehensive service and maintenance, including both corrective and preventive measures, to maintain the reliability of critical laboratory equipment essential for the medical center's operations. This firm-fixed-price contract will cover a performance period from June 3, 2025, to June 2, 2026, with responses due by April 15, 2025. Interested parties must submit capability statements and verify their Small Business status, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), to Yazmin Alvarez at yazmin.alvarez@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.