Ion Gene Studio S5 Plus Next-Generation Sequencer (S/N 2772919030143) Annual Preventive Maintenance & Repair Service
ID: 36C25625Q0732Type: Sources Sought
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs is seeking potential vendors to provide annual preventive maintenance and repair services for the Ion GeneStudio S5 Plus Next-Generation Sequencer (S/N 2772919030143) at the Central Arkansas Veterans Healthcare System located in Little Rock, Arkansas. The procurement aims to ensure that the sequencer operates efficiently and adheres to manufacturer standards through comprehensive maintenance, including corrective services and software updates. This equipment is vital for the healthcare system's operations, reflecting the government's commitment to maintaining high operational standards for specialized medical equipment. Interested parties must submit their business name, point of contact, DUNS number, and a two-page capability statement via email by April 8, 2025, at 10:00 AM Central Time, with further inquiries directed to Surella Tracy at surella.tracy@va.gov.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 7:04 PM UTC
The Department of Veterans Affairs is issuing a Sources Sought Inquiry to identify potential vendors for preventive maintenance and repair services on the Ion GeneStudio S5 Plus Next-Generation Sequencer (S/N 2772919030143) at the Central Arkansas Veterans Healthcare System located in Little Rock, Arkansas. The solicitation number is 36C25625Q0732, and responses are due by April 8, 2025, at 10:00 AM Central Time. The VA desires vendors to be original equipment manufacturers (OEMs), authorized dealers, or authorized resellers and mandates the submission of an authorization letter. Interested parties must submit their business name, point of contact, DUNS number, and a two-page capability statement via email. This announcement serves solely for information and planning and may not lead to a solicitation. It invites responses for potential contract opportunities while ensuring that proprietary information is handled appropriately, noting that responding does not create contractual obligations for the government. The document emphasizes vetting qualified vendors to maintain essential healthcare equipment efficiently.
Apr 1, 2025, 7:04 PM UTC
The document outlines the Statement of Work (SOW) for annual preventive maintenance and repair services for the Ion GeneStudio S5 Plus Next-Generation Sequencer used at the Central Arkansas Veterans Health Care System. The contractor is responsible for all necessary labor, materials, and expertise to maintain the sequencer, ensuring adherence to manufacturer standards through services such as corrective maintenance and software updates. The contract spans one year with four optional renewals. Services must be performed during regular business hours, with provisions for urgent maintenance outside these times. Detailed logging and reporting of all maintenance activities, including both scheduled and unscheduled services, is required. Contractors must comply with all federal regulations related to information security, ensuring records management in accordance with the law. Additionally, the document emphasizes the contractor's qualifications, including necessary training and access to proprietary information from the equipment manufacturer. Overall, this contract reflects the government's commitment to maintaining high operational standards for specialized medical equipment within the Veterans Affairs healthcare system.
Lifecycle
Similar Opportunities
Illumina MiSeq Instrument Service Agreement
Buyer not available
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing a service agreement for the Illumina MiSeq instrument, which is essential for the National Center for Toxicological Research (NCTR). The procurement involves a preventative maintenance and corrective maintenance service agreement, including scheduled on-site visits, unlimited technical support, and adherence to OEM specifications. This service is critical for ensuring the reliability of ongoing research at the NCTR facility in Jefferson, Arkansas. Interested parties must submit their capability statements by April 30, 2025, to Nick Sartain at nick.sartain@fda.hhs.gov, referencing NCTR-2025-128267.
Qiagen Equipment Maintenance and Repair Services for the DCPH-A Laboratory Sciences Directorate
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a firm-fixed price contract to Qiagen LLC for the provision of maintenance and repair services for Qiagen equipment utilized by the Defense Centers for Public Health-Aberdeen (DCPH-A). The procurement encompasses annual preventative maintenance, unlimited repair services using Qiagen certified parts, software support, and technical assistance for laboratory instruments critical to the DCPH-A's mission of conducting comprehensive analyses for public health. This specialized service is essential as Qiagen LLC is the sole original equipment manufacturer (OEM) authorized to provide these services, ensuring the integrity and functionality of the equipment used in environmental and industrial hygiene assessments. Interested parties must submit capability statements by 11:00 AM EDT on May 8, 2025, to the primary contact, Brandon Roebuck, at brandon.m.roebuck.civ@health.mil, as no competitive proposals will be solicited for this requirement.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
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.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Preventative Maintenance Drug Processing
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified service providers to conduct Preventative Maintenance Inspection (PMI) and intervening service calls for its Government Owned ScriptPro Dispensing System at the VA Long Beach Healthcare System in California. The procurement aims to ensure compliance with Original Equipment Manufacturers (OEM) standards, utilizing OEM-standard parts and adhering to a structured reporting system for service activities and parts replacement. This initiative is critical for maintaining operational efficiency and high service quality within the VA's healthcare delivery systems. Interested vendors must submit documentation of OEM authorization, business size, and past experience by April 28, 2025, to the primary contact, Katharine Robert, at katharine.robert@va.gov or by phone at 520-001-6670.
J065--Shimadzu Equipment Preventative Maintenance, Inspection, and Repair Services- Greater Los Angeles VA Healthcare System
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for preventative maintenance, inspection, and repair services for Shimadzu equipment at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for providing comprehensive maintenance services, including unlimited technical support, on-site response within 48 hours for unresolved issues, and preventive maintenance to ensure the equipment operates at peak performance. This procurement is critical for maintaining the functionality of essential medical equipment, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotes by May 5, 2025, and direct any inquiries to Contract Specialist Jennell Christofaro at jennell.christofaro@va.gov.
J065--Sources Sought Notice Closes 05/05/2025
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide annual certification and maintenance services for laboratory equipment at the Washington DC VA Medical Center. The procurement aims to establish a five-year contract, with four optional renewal years, to ensure compliance and functionality of critical laboratory equipment, including chemical fume hoods, biosafety cabinets, and animal transfer stations. These services are vital for maintaining safety and operational standards within the medical facility. Interested vendors must submit their responses by 1:00 PM (ET) on May 5, 2025, to Patricia Thai at Patricia.Thai@va.gov, as this request serves solely for planning purposes and does not constitute a binding solicitation.
Vitek Lab Analyzers Replacement - VISN 23
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of Vitek Lab Analyzers within the VA Midwest Health Care Network (VISN 23). This procurement aims to upgrade existing microbiology equipment to enhance patient care and laboratory efficiency by providing advanced microbial identification and blood culture analyzers. The selected contractor will be responsible for delivering brand new equipment, installation support, staff training, and a one-year warranty, ensuring compliance with FDA approval and industry standards. Interested contractors must submit their quotes via email to Contract Specialist Amanda Patterson-Elliott by May 19, 2025, with technical questions due by May 12, 2025.
6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.