Q301--NOI to sole source to CareDX
ID: 36C25625Q0500Type: Special Notice
Overview

Buyer

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

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs is issuing a Notice of Intent (NOI) to award a sole source contract to CareDx for the procurement of specific medical tests necessary for patient care at the Michael E. DeBakey VA Medical Center in Houston, TX. This contract, valued as a Firm-Fixed Price type, will cover the AlloMap and AlloSure tests, which are essential for heart and kidney transplant assessments. The sole source award is justified under Federal Acquisition Regulation regulations, as only CareDx can provide the required brand-name items. Interested parties have until February 25, 2025, to present compelling evidence supporting competition for this requirement, and all inquiries regarding the contract can be directed to Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov or by phone at (479) 443-4301 ext 66194.

    Point(s) of Contact
    Andrew MisfeldtContract Specialist
    (479) 443-4301 ext 66194
    andrew.misfeldt@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Notice of Intent (NOI) to award a sole source contract to CareDx for specific medical tests necessary for patient care at the Michael E. DeBakey VA Medical Center in Houston, TX. This contract, valued as a Firm-Fixed Price type, will have a performance period of five years and cover the procurement of AlloMap and AlloSure tests essential for heart and kidney transplant assessments. The notice states that only CareDx can provide the required brand-name items, justifying the sole source award under Federal Acquisition Regulation regulations. Interested parties have until February 25, 2025, to present compelling evidence supporting competition for this requirement. Proposals must demonstrate the interested vendor’s business stature, socio-economic status, and authorization to supply the specified tests from CareDx. The document emphasizes that this notice is informational and does not solicit competitive bids. All inquiries regarding the contract can be directed to Andrew Misfeldt via email.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6550--Intent to Sole Source Histology Reagents and Supplies
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract for histology reagents and supplies, specifically for use in various VA medical facilities in Massachusetts and surrounding states, including the VA Boston Healthcare System and the VA Connecticut Healthcare System. The contractor will be responsible for providing these reagents on an as-needed basis, ensuring that inventory levels meet the specific requests of individual laboratories while adhering to detailed reporting obligations regarding purchases. This procurement is crucial for maintaining high standards of healthcare services for veterans, with compliance to federal privacy and security regulations emphasized throughout the contract. Interested parties may express their capability to fulfill the requirements, and responses are due by February 17, 2025. For further inquiries, contact Contracting Specialist Manases Cabrera at manases.cabrera@va.gov or by phone at 781-687-4418.
    6515--INTENT TO SOLE SOURCE: CARDIOHELP 7.0 ADVANCED CARDIO SYSTEM PROPRIETARY AND EXCLUSIVE_SINGLE SOURCE SOLE OEM AUTHORIZED SDVOSB DISTRIBUTOR
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source procurement of the CARDIOHELP 7.0 Advanced Cardio System, specifically the BEQ-HLS 7050 USA SHLS Set Advanced. This contract will be awarded to Getinge USA Sales, LLC, through its authorized distributor, Fidelis Sustainability, LLC, a service-disabled veteran-owned small business (SDVOSB), due to the proprietary nature of the equipment which necessitates that it be supplied and serviced exclusively by the original equipment manufacturer and its authorized distributor. The system is critical for extracorporeal support, ensuring patient safety with real-time monitoring and rapid response capabilities, and the procurement is justified by the urgent need to replace aging medical equipment. Interested parties should express their interest to the contracting officer, Juliette Buchanan, at Juliette.Buchanan@va.gov or by phone at 802-295-9363, with responses due by February 20, 2025.
    J065--Q-Matic Service and Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This contract, structured as a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement, aims to provide maintenance and support services within the VISN1 Healthcare System, ensuring the continuity of patient journey management systems. The VA's approach to this procurement underscores its commitment to supporting service-disabled veteran-owned small businesses (SDVOSB) while adhering to statutory provisions that allow for restricted competition. Interested parties must express their interest by February 14, 2025, although the final decision to proceed with the sole source award will be at the discretion of the contracting officer. For further inquiries, interested parties can contact Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    J065--WASHINGTON DC VAMC | INTENT TO SOLE SOURCE | ALCON | BASE YEAR PLUS FOUR (4) OPTION YEARS | 02/15/2025 - 02/14/2026 ULTIMATE COMPLETION DATE 02/14/2030
    Buyer not available
    The Department of Veterans Affairs is issuing a sole source notice for a maintenance support contract with Alcon, covering essential medical equipment at the Washington DC Veterans Affairs Medical Center (VAMC) over a five-year period, which includes one base year and four option years from February 15, 2025, to February 14, 2030. The contract requires comprehensive maintenance services, including preventative and corrective maintenance, adherence to manufacturer guidelines, and timely service reporting, all while ensuring compliance with safety protocols and confidentiality of patient health information. This initiative underscores the VAMC's commitment to enhancing service capabilities through specialized contractors, particularly those owned by veterans, and emphasizes the importance of quality assurance and technical expertise in the procurement process. Interested vendors must submit their company information and demonstrate their qualifications by contacting Crystal Brown at crystal.brown5@va.gov by the specified deadlines.
    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.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Buyer not available
    The Department of Defense, specifically the Fort Cavazos Health Contracting Branch, intends to award a sole source contract to Abbott Rapid Diagnostics Informatics, Inc. for software licenses related to the AccuChek and iStat devices. This procurement is essential for the Department of Pathology at the Carl R. Darnall Army Medical Center, Texas, as it will provide real-time laboratory results to healthcare providers, thereby enhancing patient care and operational efficiency. The total contract value is $135,445.50, with a delivery period extending from 2025 to 2030, and the decision to limit competition is justified by the unique capabilities of Abbott as the sole supplier able to meet urgent operational needs. Interested parties may submit capability statements to Sheryl Egans at sheryl.j.egans.civ@health.mil or by phone at 254-287-8881, although this notice does not constitute a request for competitive proposals.
    J065--INTENT TO SOLE SOURCE BD Max PM / REPAIR FOR CT2515
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source service contract for the preventive maintenance and repair of a BD Max device, specifically serial number CT2515, located at the VA Medical Center in Martinsburg, West Virginia. This contract is structured as a base year with four optional extension years, reflecting the critical need for specialized maintenance support that can only be provided by Becton, Dickinson and Company (BD), the sole provider of direct factory-trained service personnel for this equipment. The BD Max device is essential for medical operations, and the contract ensures compliance with strict ISO and Good Manufacturing Practices (GMP) for servicing, thereby safeguarding the operational integrity of the equipment. Interested parties should direct all communications to the contracting officer, Bradley Davis, at BRADLEY.DAVIS3@VA.GOV, with a response deadline set for February 17, 2025, at 9:00 AM Eastern Time.
    J065--Base Year | PM SVC BIOMERIEUX LAB ANALYZERS WD Exempt
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for preventive maintenance and repair services for VITEK LAB ANALYZERS to BIOMERIEUX, INC. This firm-fixed-price contract aims to upgrade the current server at the San Diego VA Medical Center, ensuring the continued functionality and reliability of critical medical equipment. The procurement falls under NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance, and is governed by FAR regulations allowing for single-source contracts under specific conditions. Interested vendors are invited to submit their capability statements and past performance experiences by 12:00 PM on December 19, 2024, to the primary contact, Charity Cazee, at charity.cazee@va.gov or by phone at 520-792-1450.
    J065--Arthroscope Service Agreement Intent to Sole Source For Louis Stokes Cleveland VAMC
    Buyer not available
    The Department of Veterans Affairs intends to negotiate a sole source contract with Arthrex, Inc. for an Arthroscope Service Agreement specifically for the Louis Stokes Cleveland Veterans Affairs Medical Center (VAMC). This Firm-Fixed Price Agreement is necessary as the VA believes that only Arthrex, Inc. can fulfill the specialized requirements needed for effective clinical service delivery. The procurement emphasizes the VA's commitment to providing quality health care for veterans through the maintenance and repair of essential medical equipment. Interested contractors who can demonstrate relevant capabilities are encouraged to respond to Contract Officer Chad Kemper by February 14, 2025, although this notice does not constitute a request for competitive proposals.
    6640--598-25-2-105-0184 The Binding Site Optilite System POP 3/31/2025-3/30/2026
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 16, intends to award a sole-source, firm fixed-price contract to The Binding Site for the Optilite Optimized Protein System, which is essential for operations at the Central Arkansas Veterans Healthcare System. This procurement aims to ensure continuity of patient care, as The Binding Site is recognized as the original equipment manufacturer and sole provider for this specialized analyzer, with sourcing from other suppliers deemed to incur unacceptable costs and delays. The Optilite System plays a critical role in in-vitro diagnostics, supporting healthcare services for veterans. Interested entities that can meet the requirements are invited to submit supporting documentation by February 20, 2025, with the contract effective from March 31, 2025, to March 30, 2026. For further inquiries, contact Joseph Warren at joseph.warren@va.gov.