Q301--Research Lab Services Affiliate RNA Sequencing
ID: 36C24E25R0017Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFRPO EAST (36C24E)PITTSBURGH, PA, 15212, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

MEDICAL- LABORATORY TESTING (Q301)
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, 7:00 PM UTC
Description

The Department of Veterans Affairs (VA) intends to award a sole-source contract to Duke University Sequencing Core Facility for RNA sequencing research services, crucial for supporting the VA's research department at the Durham Health Care System. This one-year firm fixed-price order is essential to ensure continuity in data collection, minimizing 'batch effects' that could adversely impact data interpretation. Duke University is uniquely positioned to fulfill this requirement due to its established relationship with the VA, specialized expertise, and proximity, which helps avoid additional costs and delays. Interested parties may contact Contracting Officer Ann Marie Stewart at annmarie.stewart@va.gov or by phone at 401-919-0878 for further inquiries, noting that no solicitation will be posted on SAM.gov.

Point(s) of Contact
Ann Marie StewartContracting Officer
(401) 919-0878
annmarie.stewart@va.gov
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The Department of Veterans Affairs (VA) is issuing a pre-solicitation notice indicating its intent to award a sole-source contract to Duke University Sequencing Core Facility for RNA sequencing research services. This one-year firm fixed-price order is vital for supporting the VA's research department, particularly the Durham Health Care System, as continuity in data collection is essential to minimize 'batch effects' that could adversely affect data interpretation. Duke University is designated as the sole vendor due to its established relationship with the VA, specialized expertise, and the location, which is crucial for avoiding additional costs and delays. The notice specifies that no solicitation will be posted on SAM.gov, and interested parties may contact the designated Contracting Officer for inquiries. The contracting process is authorized under FAR 6.302.5-1, relating to requirements mandated by statute, ensuring that the VA can procure necessary services without a competitive bidding process.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
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.
6640--NOTICE OF INTENT TO SOLE SOURCE LAB - ROUTINE URINALYSIS CPRR to BECKMAN COULTER, INC.
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole-source contract to Beckman Coulter, Inc. for routine urinalysis testing under solicitation number 36C24225Q0523. This procurement will establish a Firm-Fixed-Price, five-year Blanket Purchase Agreement (BPA) focused on cost per reportable result (CPRR) for multiple VA facilities in New York. The decision to sole source this contract is justified under the Federal Acquisition Regulation (FAR), which allows for such actions when only one source is deemed reasonably available. Interested parties should note that this notice is for informational purposes only, with responses due by 15:00 EST on April 18, 2025; no proposals will be solicited. For further inquiries, contact Contracting Officer Paul Speedling at Paul.Speedling@va.gov or by phone at 914-737-4400 x202107.
CHEMICAL AND SPECIAL STAIN REAGENTS (Notice of Intent To Sole Source)
Buyer not available
The Department of Veterans Affairs is issuing a Notice of Intent to Sole Source for the procurement of chemical and special stain reagents, which are critical for in-vitro diagnostic applications. This procurement aims to secure specific reagents necessary for laboratory testing and diagnostics within the Veterans Affairs healthcare system. The reagents play a vital role in ensuring accurate and timely medical assessments for veterans, thereby supporting their healthcare needs. Interested parties can reach out to James Hunt at james.hunt2@va.gov for further inquiries regarding this opportunity.
Notice of Intent to Sole Source
Buyer not available
The Department of Veterans Affairs intends to award a sole source service contract to BioMérieux, Inc. for the maintenance of Vitek 2 and Myla PC equipment at the Central Texas Veterans Health Care System. This contract will cover one base year from May 1, 2025, to April 30, 2026, with four optional renewal years, and requires specialized repair services that can only be provided by certified technicians from BioMérieux to ensure warranty compliance and service quality. The equipment is critical for VA-funded research, necessitating on-site service, 24/7 telephone support, and annual preventive maintenance, with all repair costs covered during designated hours. Interested vendors may submit capability statements to the designated VA contacts, Romya Turner and Tommy Haire, by April 9, 2025, to demonstrate their ability to provide similar services, although the government reserves the right not to seek competitive proposals.
J065--INTENT TO SOLE SOURCE | VARIAN SOFTWARE & HARDWARE SERVICE CONTRACT | VA MARYLAND HEALTH CARE SYSTEM | 04/15/2025 to 04/14/2027 | BASE PLUS OPTION YEARS
Buyer not available
The Department of Veterans Affairs is seeking to award a sole source contract for Varian Software and Hardware Service at the Baltimore VA Medical Center, covering the period from April 15, 2025, to April 14, 2027. The contract will focus on maintaining proprietary Varian systems, including the Aria, Eclipse, DoseLab, Mobius3D software, and the EDGE Linear Accelerator, requiring services such as annual maintenance inspections, software upgrades, on-site support, and technical assistance. This procurement is critical for ensuring the operational integrity and reliability of essential medical equipment used in patient care, and it aims to identify qualified small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of fulfilling these requirements. Interested vendors must respond with their qualifications by contacting Patricia Thai at Patricia.Thai@va.gov, noting that this announcement is for market research purposes only and does not constitute a solicitation.
Intent to Sole Source - Varioskan LUX Multimode Microplate Reader
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract for the procurement of a Varioskan LUX Multimode Microplate Reader from Life Technologies Corporation, the exclusive manufacturer and distributor of this equipment. This specialized microplate reader is essential for the VA Philadelphia Health Care System, particularly at the Pittsburgh VA Medical Center, as it supports diverse research needs with features that enhance laboratory efficiency and accuracy. Interested firms may submit written notifications and capability statements by April 7, 2025, to the contracting officer, Mickeya Linzie, at mickeya.linzie@va.gov, as this acquisition follows non-competitive procurement procedures under NAICS code 334516.
6640--BD MAX REAGENTS STL
Buyer not available
The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for BD MAX reagents and related supplies necessary for molecular testing on BD MAX instruments. The procurement is set aside entirely for small businesses and aims to ensure the availability of high-quality reagents and supplies that are compatible with BD MAX instruments, which are critical for the detection and extraction of nucleic acids. The BPA will cover one base year from May 1, 2025, to April 30, 2026, with three additional one-year ordering periods, and interested vendors must submit their proposals by April 14, 2025. For further inquiries, potential contractors can contact Contract Specialist Michael P. Murphy at michael.murphy7@va.gov or by phone at 913-946-1963.
J065--Notice of intent to sole source Excellence Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Par Excellence Systems Inc. for annual maintenance, support services, and software licenses related to weight-based inventory management systems utilized across Veterans Integrated Service Networks (VISN) 20. This procurement is necessary due to the proprietary nature of the systems, which limits competition as Par Excellence is the only source capable of providing the required services. Interested parties may submit capability statements, proposals, or quotations by 6 A.M. Pacific Time on April 7, 2025, to Contract Specialist Gregory Watson at Gregory.Watson2@va.gov. The NAICS code for this opportunity is 541990, with a large business size standard of $19.5 million, and the government will not incur costs for submitted information.
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.