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
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
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.
R602--Courier Specimen Transport Services
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 21, is issuing a Notice of Intent to execute a Sole Source Award for Courier Specimen Transport Services. This procurement aims to contract with the Regents of the University of California, San Francisco for a base year plus two option years, utilizing simplified acquisition procedures due to the Government's strategic need for restructuring staff and requirements. The services are critical for the efficient transport of specimens, which supports the overall operations of the Veterans Health Administration. Interested parties may direct inquiries to the Contracting Officer, James Postell, at james.postell@va.gov, as no competitive proposals will be solicited at this stage.
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.
INTENT TO SOLE SOURCE - 3D BIOPRINTER - Iowa City VA Health Care System Research Department
Buyer not available
The Department of Veterans Affairs intends to issue a Firm-Fixed Price contract for the procurement of a U-Fab Activo 3D Bioprinter from SCINTICA INC., the sole authorized distributor in the United States. This bioprinter is a critical component for a research project focused on bioprinted corneal grafts, which aims to advance transplantation techniques. While the procurement is intended to be sole source, the VA is inviting capability statements from other interested vendors, which may influence the competitiveness of the contract. Interested parties must submit their responses, including company identification and relevant qualifications, by April 30, 2025, to Christi Melendez at Christi.Melendez@va.gov, ensuring to include the VA Identifier 36C26325Q0581 in the subject line.
VISN 7 GE MUSE Service Agreement
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole source contract for the GE MUSE Service Agreement, which will provide software maintenance, technical support, and upgrades for the MUSE NX cardiology information management solution utilized in VISN 7 facilities across Alabama and South Carolina. This procurement is essential for ensuring reliable access to critical healthcare software support and is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) for single-source solicitation. Interested parties are invited to demonstrate their capabilities by April 28, 2025, with the anticipated contract award date set for May 15, 2025. For further inquiries, potential contractors can contact Amanda Luckie at amanda.luckie@va.gov or Thomas Nicholls at thomas.nicholls@va.gov.
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
Notice of Intent - Sole Source Contract for Qiagen CLC Genomics WB Premium Network Software license
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the CLC Genomics WB Premium Network Software license. This procurement aims to secure a web-based research platform for DNA and RNA analysis, which is critical for the research conducted at the Walter Reed Army Institute of Research. The contract will include a one-year base license period with four optional one-year extensions, and Qiagen LLC is identified as the only source capable of providing this software. Interested parties must submit their responses by the deadline of 15 days from the notice publication, and inquiries can be directed to Mr. Keith C. Crum at keith.c.crum.civ@health.mil.
6505--Intent to Sole Source Transfusion Services and Blood Products FARGO VA Health Care System
Buyer not available
The Department of Veterans Affairs, specifically the Fargo VA Health Care System, intends to establish a Sole Source contract for Transfusion Services and Blood Products, focusing on a single supplier within a 30-mile radius to ensure timely delivery. The contract, which will span from October 1, 2025, to September 30, 2030, includes a base year and four one-year options, requiring the contractor to provide blood components that meet FDA and AABB standards, along with reference testing services and emergency support. This procurement is critical for maintaining the health and safety of veterans, ensuring that blood products are readily available and compliant with stringent regulations. Interested parties must submit their responses by May 13, 2025, to Alberta Mickells at Alberta.Mickells@va.gov, as the government will proceed with a sole source acquisition if no competitive responses are received.