6630--BD Viper
ID: 36C25625Q0578Type: Sources Sought
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
  1. 1
    Posted Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified vendors to provide the BD Viper LT System for Onclarity HPV Self-Collect Testing. This procurement aims to support the Veterans Health Care System of the Ozarks in conducting in vitro diagnostic testing for high-risk human papillomavirus types associated with cervical cancer, utilizing self-collected specimens from patients. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement with a base period from April 14, 2025, to April 13, 2026, and four optional one-year extensions, with a minimum contract amount of $300 and a maximum of $750,000. Interested vendors should submit their proposals by April 7, 2025, at 12 PM CST, and can contact Contract Supervisor Troy L. Davis at troy.davis@va.gov for further information.

Point(s) of Contact
Troy L DavisContract Supervisor
troy.davis@va.gov
Files
Title
Posted
Mar 5, 2025, 12:05 AM UTC
The Department of Veterans Affairs issued a Sources Sought Notice for market research to identify qualified vendors for the BD Viper LT System, aimed at Onclarity HPV Self-Collect Testing. This notice, solicitation number 36C25625Q0578, seeks information on vendors' capabilities to provide an in vitro diagnostic testing system that can detect DNA from 14 high-risk HPV types linked to cervical cancer. Key system requirements include automation for sample preparation, DNA extraction, and result interpretation, with a capacity for 90-120 results per day. The notice outlines criteria such as FDA clearance for specific cytology methods, software compatibility with existing hospital information systems, and the requirement for a straightforward self-collection specimen kit. Vendors are expected to submit responses detailing their capabilities, socio-economic status, and estimated pricing by March 7, 2025. The notice clarifies that it is not a solicitation for proposals and advises that the information collected will inform procurement strategies but will not result in a contract from this announcement. All responses must be comprehensive, as vague submissions will not be considered.
Apr 2, 2025, 5:06 PM UTC
The document outlines a federal acquisition for the Department of Veterans Affairs, specifically the procurement of the BD Viper LT System for Onclarity HPV testing through a solicitation numbered 36C25625Q0578. It serves as a solicitation contract/order for commercial products and services with a timeframe from April 14, 2025, to April 13, 2030. The acquisition is set as unrestricted with specified set-asides for small businesses and others. Key project details include estimated delivery terms, pricing structure, and invoicing guidelines, emphasizing electronic invoicing. The contract contains terms from the Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR), detailing payment procedures, contract administration, and compliance with statutory provisions. Notable clauses include provisions on inspections, payments, and invoice requirements, as well as compliance with laws like the Anti-Deficiency Act. This document reflects the formal structure and requirements of government RFPs, emphasizing compliance with regulatory standards while ensuring that Veteran healthcare needs are met efficiently through the procurement process.
Apr 2, 2025, 5:06 PM UTC
The document outlines an amendment to a solicitation by the Department of Veterans Affairs, specifically Network Contracting Office 16, regarding the procurement of annual services related to the BD Viper LT System and essential service contracts. The amendment modifies the frequency of required services from once per year to every ordering period and removes a previously included LIS Interface from subsequent periods, except for the base period. The deadline for proposal submissions has been extended to April 7, 2025, at 12 PM CST. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, encompasses a base period of one year (April 14, 2025, to April 13, 2026) with four potential one-year options extending through April 13, 2030. The minimum and maximum contract amounts are set at $300.00 and $750,000.00, respectively, with specifics indicating that the government will only pay for products actually ordered and received. Additionally, the document details pricing for consumables needed during the contract period, emphasizing the unpredictable nature of healthcare supplies required for veterans. Changes to contract quantities or services may occur during its lifespan based on shifting needs, with all terms and conditions remaining unchanged except as specified in this amendment.
Apr 2, 2025, 5:06 PM UTC
This document is a final invoice memo confirming the absence of outstanding invoices related to a specified contract and purchase order. It is addressed to a government contracting officer or representative, reaffirming that all financial obligations have been settled for the referenced contract. The memo includes sections for the vendor's representative name, title, contact information, and a signature line to validate the confirmation. This administrative document serves to clarify the completion of financial transactions associated with government RFPs, federal grants, and state or local contracts, ensuring transparency and record-keeping in public procurement processes. Its structure emphasizes the contractual relationship while providing essential details for proper documentation.
Lifecycle
Title
Type
6630--BD Viper
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.
Q301--Unrestricted- Immunohistological Stains Reference Testing for Rocky Mountain Regional VA Medical Center
Buyer not available
The Department of Veterans Affairs is seeking proposals for immunohistological stains reference testing services for the Rocky Mountain Regional VA Medical Center. The contractor will be responsible for providing comprehensive laboratory testing services, including in-house testing for malignancies, while adhering to strict turnaround times and maintaining compliance with CLIA and CAP standards. This procurement is crucial for ensuring high-quality healthcare services for veterans, with an estimated contract value of $41.5 million over a five-year period, from July 1, 2025, to June 30, 2030. Interested offerors must submit their proposals electronically by April 18, 2025, and can contact Contract Specialist Karly L Morris at Karly.Morris@va.gov for further information.
6640--BD MAX REAGENTS STL
Buyer not available
The Department of Veterans Affairs is soliciting quotes for BD Max Reagents to support molecular testing at the St. Louis Medical Center. This procurement aims to establish a firm-fixed-price estimated requirements contract for supplies used in nucleic acid testing on the BD MAX instrument, with a focus on ensuring a consistently stocked inventory and quick delivery in emergencies. The contract is designated as a 100% small business set-aside and includes a base year with four optional one-year extensions, contingent on satisfactory contractor performance. Interested vendors should note that the deadline for submitting quotes has been extended to April 21, 2025, and can reach Contract Specialist Michael P. Murphy at michael.murphy7@va.gov or by phone at 913-946-1963 for further inquiries.
Q301--Afirma Thyroid Testing VISN 23
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 23, intends to award a sole-source, fixed-price indefinite delivery contract for Afirma thyroid testing services to Veracyte, Inc. This contract will provide essential genomic and expression testing necessary for diagnosing thyroid cancer, utilizing minimally invasive methods to enhance patient care across various VA health care facilities in the Midwest region. The procurement process is guided by federal acquisition regulations, and while Veracyte, Inc. is currently the only authorized provider, other vendors are encouraged to submit capability statements by April 18, 2025, to determine the feasibility of competitive procurement. Interested parties may contact Contract Specialist Logan Gahring at logan.gahring@va.gov for further inquiries.
Q301--Intent to Sole Source Molecular Testing Reagent Rental | HCV, HIV, HPV, and CMV Cobas 6800 VA Pittsburgh Healthcare System
Buyer not available
The Department of Veterans Affairs (VA) intends to enter a sole-source contract with Roche Diagnostics for the rental of molecular testing reagents related to HCV, HIV, HPV, and CMV testing on the Cobas 6800 system. This procurement aims to ensure the provision of essential reagents, quality control materials, and associated operational support, including training and installation, while adhering to federal regulations and delivery schedules. The contract will follow a Reagent Rental Usage Agreement format, encompassing a 12-month base period with four additional one-year options, highlighting the VA's commitment to maintaining efficient healthcare services for veterans. Interested vendors must submit a one-page capability statement by April 18, 2025, to the Contract Specialist, Christa Stine, at christa.stine@va.gov.
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.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
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.
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.
H365--VA NAC-HTME Acceptance Inspection Services
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for High Tech Medical Equipment (HTME) Acceptance Inspection Services under solicitation number 36H79725R0001. This procurement aims to establish a contract for inspection services that will ensure compliance with federal regulations and manufacturer specifications for various medical imaging devices, including MRI, CT, and PET/CT systems, across VA Medical Centers. The contract will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a one-year base period and four option years, and is set aside exclusively for small businesses with a maximum total value not to exceed $3 million. Interested parties must submit their proposals by April 20, 2025, at 12:00 PM CT, and direct any inquiries to Leah Boyd at Leah.Boyd2@va.gov or Brenda Davis at Brenda.Davis4@va.gov by March 26, 2025.