6515--Biomerieux (VITEK) - Microbiology CPT
ID: 36C26124Q1058Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is seeking to award a sole source contract for microbiology cost-per-test analysis services to Biomerieux, Inc. This procurement includes a variety of microbiology-related products such as saline bags, polystyrene tubes, and multiple test kits, which are essential for laboratory testing within the VA Southern Nevada Healthcare System. The contract is classified under NAICS code 325413 for In-Vitro Diagnostic Substance Manufacturing, with a performance period from October 1, 2024, to September 30, 2025. Interested suppliers must submit their quotes and relevant documentation to Contract Specialist Alex Hernandez at Alex.Hernandez@va.gov by September 17, 2024, at 08:00 AM PT to be considered for this opportunity.

    Point(s) of Contact
    Alex HernandezContract Specialist
    alex.hernandez@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to sole source a contract for microbiology cost-per-test analysis services through Biomerieux, Inc., under the authority of FAR 13.106-1(b)(2). This presolicitation notice outlines the procurement details for various microbiology-related products at the VA Southern Nevada Healthcare System. The items include saline bags, polystyrene tubes, and multiple test kits, with a total estimated period of performance from October 1, 2024, to September 30, 2025. The procurement is classified under NAICS code 325413 for In-Vitro Diagnostic Substance Manufacturing, targeting small businesses with a standard of 1,250 employees. Responses are encouraged from other potential suppliers, particularly those submitting quotes accompanied by manufacturer authorization if they are not the OEM. Interested parties must provide documentation by September 17, 2024, at 08:00 AM PT; otherwise, the government will proceed with the sole source procurement. The document highlights the VA’s approach to fulfilling its specific needs while adhering to government procurement regulations.
    The document outlines the essential characteristics needed for a microbiology analyzer as required by the government. Key specifications include the analyzer's ability to perform a comprehensive test panel, manage a high volume of tests safely, and integrate with the VA laboratory information system through a bi-directional, bar-coded interface. The equipment must accurately identify a wide range of bacteria and yeast with high reliability and include an extensive database consistent with FDA/CLSI guidelines. The manufacturer identified for this equipment is Biomerieux. The certification provided by the Program Analyst, Leanne Swanson, emphasizes that these requirements are necessary and will not restrict the acquisition to a specific manufacturer, thus promoting fair competition and procurement practices. This document is part of federal RFPs highlighting the government's focus on securing efficient and compliant laboratory testing solutions.
    This document outlines the procedures for vendors submitting electronic invoices to the VA Financial Services Center (FSC). It specifies that facsimile, email, and scanned documents are unacceptable for payment requests. The preferred method of submission is via the VA’s Electronic Invoice Presentment and Payment System, which utilizes the Tungsten network. Vendors can start the electronic submission process at the Tungsten website, with support offered through specific contact details for both Tungsten and the FSC. Additionally, it mentions the alternative of using X12 electronic data interchange (EDI) formats as established by ANSI. This systematic approach aims to streamline invoice processing, ensuring that vendors can receive payments efficiently and at no cost. The importance of adhering to these electronic submission standards underlines the government’s initiative to modernize administrative processes and enhance vendor-customer interactions in federal procurement operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6550--VISN Multiplex PCR Testing Reagents/Consumables Intent to sole source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, intends to negotiate a sole source contract with BioMerieux, Inc. for the provision of proprietary reagents and consumables necessary for PCR testing on government-owned devices across facilities in Wisconsin, Illinois, and Michigan. This procurement is essential to ensure that the VA can maintain high-quality healthcare services, as only BioMerieux is deemed capable of meeting the specialized requirements for these supplies. The contract will be established as a Blanket Purchase Agreement (BPA) under an existing contract, categorized as firm fixed price, and is being conducted in accordance with FAR 8.405-6. Interested firms must submit their qualifications and relevant customer references to the Contracting Officer, Teresa Beers, at teresa.beers@va.gov within seven calendar days from the publication date of this notice, as no competitive proposals will be solicited.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    H146-- Lab Testing Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to issue a sole-source contract to AmeriWater LLC for lab testing services, specifically focusing on contaminant, endotoxin, and microbial/bacterial testing, which are critical to the VA's operational requirements. This contract will span one base year with four option years, running from November 1, 2024, to October 31, 2029, and is being procured under the authority of 41 U.S.C. 253(c)(1) and FAR 6.302-1, designating AmeriWater LLC as the only responsible source due to the specialized nature of the services required. Interested parties are invited to submit a capabilities statement by October 3, 2024, at 8:00 AM CST to the VA's Contract Specialist, Marcus Sidney, via email at marcus.sidney@va.gov, with the understanding that registration with the System for Award Management (SAM) is mandatory for eligibility in government contracts.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the VISN 04 network. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, thereby improving healthcare outcomes for veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    Intent to sole source Biomerieux Vitek2 Preventative maintenance and Consumables
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Biomerieux Japan Ltd. for the supply of specific VITEK 2 test cards and annual preventive maintenance services for the U.S. Naval Hospital Yokosuka and Branch Health Clinic Iwakuni in Japan. The procurement includes a delivery schedule spanning fiscal years 2025 to 2027, detailing quantities for three types of test cards essential for laboratory analyses, along with maintenance for two Vitek 2 Compact Analyzers. This contract is critical for ensuring effective healthcare delivery to U.S. Forces Japan personnel, and interested vendors may submit technical capability statements by 07:00 a.m. Pacific Time on 23 September 2024, to Raphael Badagbor at raphael.k.badagbor.civ@health.mil, as no competitive proposals will be solicited.
    6640--Electrophoresis Testing VA VISN2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide electrophoresis testing services under an Indefinite Delivery contract for its Upstate New York Medical Center Laboratories located in Albany, Buffalo, and Syracuse. The contract will cover various types of electrophoresis testing, including Serum Protein Electrophoresis (SPEP), Urine Protein Electrophoresis (UPEP), Immuno-Fixation Electrophoresis (IFE), and Cerebral Spinal Fluid (CSF)/Oligoclonal Bands, which are critical for diagnosing conditions such as Multiple Myeloma and Multiple Sclerosis. The contract period is set from October 1, 2024, to September 30, 2029, with a submission deadline for quotes by 4:00 PM on September 23, 2024. Interested parties should direct inquiries to Contract Specialist Sam A DeMuzio at sam.demuzio@va.gov or call (585) 393-7735.
    6640--Benchtop flow cytometer Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole source Firm-Fixed-Price purchase order for an Accuri C6 Plus system from Becton, Dickinson and Company (BD Biosciences). This procurement is aimed at acquiring specialized instruments intended solely for research purposes, not for diagnostic or therapeutic use, highlighting the need for proprietary equipment in the VA's operational framework. Interested parties are invited to demonstrate their capability to meet this requirement by submitting supporting evidence by September 20, 2024, at 4 PM EST, with all inquiries directed to Contracting Officer Jamie Sullivan via email at jamie.sullivan4@va.gov.
    Q301--New Long-Term | Follow-On | Reference Lab Testing | POP: 8/15/2024 - 8/14/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks bids for a five-year contract, beginning August 15th, 2024, for reference laboratory testing services at the VA Portland Healthcare System, with potential additional sites in Oregon and Southwest Washington. The VA requires an experienced entity to perform a comprehensive range of clinical laboratory tests, encompassing chemistry, hematology, microbiology, and pathology. The successful awardee will have the capacity to handle both routine and specialized tests, ensuring efficient and accurate results. This service-disabled veteran-owned small business (SDVOSB) set-aside contract has the potential for a six-month extension and encourages SDVOSBCs to apply. Interested parties should take note of the solicitation number, 36C26024Q0793, and ensure their responses are submitted by the specified deadline to be considered.
    6640--VISN 23 Industry Day Chemistry / Immunochem Cost Per Reportable
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is hosting an Industry Day for the Veteran Integrated Service Network 23 (VISN23) focused on the procurement of Chemistry and Immunochemistry Analyzers. This event, scheduled for October 8-11, 2024, at various locations including St. Cloud, Iowa City, Minneapolis, and Twin Ports, aims to conduct market research and identify potential suppliers capable of providing uniform instrumentation across four VISN23 sites without modifications to existing infrastructure. The initiative underscores the VA's commitment to enhancing laboratory capabilities to better serve veterans, and interested vendors must respond with specific company details by September 27, 2024, to secure a time slot for the Industry Day. For further inquiries, vendors can contact Emanuel Nevarez at emanuel.nevarez@va.gov or by phone at (320) 255-6354.