6550--Intent to Sole Source Blood Gas Analyzers and Consumables
ID: 36C24826Q0208Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole-source, firm-fixed-price contract to Werfen USA LLC for the acquisition of seven GEM Premier 5000 Blood Gas Analyzers and associated consumables, supporting the Pulmonary Section at James A. Haley Veterans Hospital in Tampa, FL. This procurement is justified as a logical follow-on to an existing Federal Supply Schedule order, ensuring continuity of care and compatibility with the hospital's current Laboratory Information System. The contract is critical for maintaining efficient diagnostic and treatment support across various hospital departments, with an anticipated performance period from February 1, 2026, through January 31, 2027. Interested parties may submit capability statements by January 9, 2026, to Quentin Ford at Quentin.Ford@va.gov, as no competitive solicitation will be issued.

    Point(s) of Contact
    Quentin FordContracting Officer
    (813) 861-5858
    Quentin.Ford@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 8, intends to award a sole-source, firm-fixed-price contract to Werfen USA LLC for GEM Premier 5000 Blood Gas Analyzers and associated consumables. This procurement, supporting the Pulmonary Section at James A. Haley Veterans' Hospital, is a logical follow-on to an existing Federal Supply Schedule (FSS) order, conducted under FAR 8.405-6(a)(1)(i)(C). The contract, effective February 1, 2026, through January 31, 2027, falls under NAICS Code 334516. While no competitive solicitation will be issued, interested parties may submit capability statements by January 9, 2026, demonstrating their ability to meet the requirement and show how competition would benefit the government.
    The Department of Veterans Affairs (VA), James A. Haley VA Hospital, is seeking to acquire seven GEM Premier 5000 blood gas analyzers and associated supplies from Werfen USA LLC. This acquisition, identified as 36C248-25-AP-1509, is justified under FAR 8.405-6(a)(1)(i)(C) as a logical follow-on to an existing Federal Supply Schedule order. The current analyzers are proprietary to Werfen USA LLC, fully compatible with the hospital's existing Laboratory Information System, and essential for critical diagnostic and treatment support in various hospital departments. Limiting sources to Werfen USA LLC is deemed necessary for economy and efficiency, as transitioning to a new vendor would cause unacceptable delays, disrupt patient care, and require extensive re-training and re-configuration. Werfen USA LLC's GSA Schedule contract, GS-07F-128DA, includes the necessary maintenance, support, and supplies. This action ensures continuity of care, avoids duplication of effort, and mitigates risks to patient safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J066--Architect i1000SR Analyzer Preventive Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is issuing a Special Notice of Intent to award a sole source contract to Abbott Laboratories Inc. for preventive maintenance services for the Architect i1000SR Analyzer at the Southern Arizona VA Healthcare System (SAVAHCS). The procurement requires comprehensive support, including 24x7 phone assistance, on-site service with next-day response, annual preventative maintenance checks, software upgrades, and a 99% uptime guarantee, all of which are critical for maintaining the operational efficiency of the laboratory equipment. This contract is justified as Abbott is the sole manufacturer authorized to service the equipment without voiding the warranty, and the contract period is set from March 5, 2026, to March 4, 2027. Interested parties may submit capability statements to Clift Domen at Clift.Domen@va.gov by January 14, 2026, to demonstrate their ability to provide competitive services, although the government retains discretion on whether to proceed with a sole source award.
    H265--Medical Gas Preventative Maintenance Inspection
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the James A. Haley VA Medical Center, intends to award a sole-source contract to Technical Safety Services, LLC for medical gas preventative maintenance inspection and repair services. This procurement is necessitated by the unique requirements of the medical gas panel system, which only Technical Safety Services, LLC is authorized to maintain without jeopardizing the system's integrity, certification, and warranty. The services are critical for ensuring compliance with federal healthcare facility standards and maintaining operational reliability. Interested parties that believe they can meet these requirements may submit capability statements to Contracting Officer Katrina Tavares at katrina.tavares@va.gov by January 9th, 2026, at 11:00 PM EST, although the Government reserves the right to proceed with the sole-source negotiation if no acceptable responses are received.
    6550--Sources Sought: Cepheid GeneXpert Infinity Reagents
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking to award a Sole Source, Fixed-Priced Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the procurement of Multi-Drug-Resistant Organism (MDRO) reagents for use with the existing Cepheid GeneXpert Infinity system. This procurement is critical for conducting a wide range of infectious disease testing, including tests for MRSA, C. difficile, CRE, CT/NG, Group A Streptococcus, SARS-CoV-2, and other pathogens. Interested parties are invited to demonstrate their capability to fulfill this requirement by submitting supporting evidence to the Contracting Officer, Moneque Rodriguez, at moneque.rodriguez@va.gov by 1:00 PM Eastern Standard Time on January 9, 2026. This notice is not a request for competitive proposals, and the government will proceed with the sole source acquisition if no viable alternatives are presented.
    6630--Biofire Modules
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a Sole Source Firm-Fixed Price contract to BioMerieux for the procurement of Biofire FilmArray Torch Modules. This acquisition is necessary to augment, replace, and provide redundancy for existing laboratory equipment at the Veterans Healthcare System of the Ozarks, driven by an increase in patient volume. The modules are critical for the Pathology and Laboratory Medicine Service, ensuring continued operational efficiency and quality of care. Interested parties may submit their qualifications and demonstrate their capability to meet this requirement by January 16, 2026, at 10:00 AM (CST) to Contract Specialist Andrew T Misfeldt via email at andrew.misfeldt@va.gov.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to establish a Blanket Purchase Agreement (BPA) for Cost-Per-Test (CPT) for Automated Erythrocyte Sedimentation Rate (ESR) instruments across multiple facilities within the VISN 15 network. The procurement aims to secure FDA-approved instrumentation that meets specific operational and technical requirements, including bi-directional interfaces compatible with the VA's Oracle Health system, continuous loading capabilities, and comprehensive method performance validation. This initiative is critical for enhancing laboratory efficiency and ensuring high-quality patient care through accurate and timely testing. Interested contractors should note that the contract is set to begin on May 1, 2026, with a transition period of 90 days post-award, and they can contact Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov for further details.
    POC Glucose Analyzers
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quotations (RFQ) for a five-year contract to supply a CLIA-waived point-of-care glucose test system for the VA San Francisco Healthcare System. This sole-source solicitation specifically seeks StatStrip Glucose Strips, control solutions, linearity kits, and extended meter warranties, with a contract period extending from April 2026 to March 2031. The system must be FDA-approved for critically ill patients and include features such as manual entry of test results, network connectivity, licenses, and software support, while adhering to strict requirements for product integrity and compliance with federal regulations. Interested vendors must submit their quotes to Shelley Self at shelley.self2@va.gov by January 15, 2026, as detailed in the solicitation documents.
    6640--SSJ Posting - Notice of Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to the College of American Pathologists for Linearity/Calibration Verification and Competency Assessments at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement aims to ensure the accuracy and reliability of laboratory testing through formal evaluation reports that allow the facility to benchmark its performance against peer laboratories. The selected vendor is uniquely positioned to provide these essential services and materials for various analytes, which are critical for maintaining compliance and quality in laboratory operations. Interested firms that believe they can meet the requirements are invited to submit capability statements by January 13, 2026, at 8:00 AM Eastern Standard Time, to the Contracting Officer, Mickeya Linzie, at mickeya.linzie@va.gov.
    J065--EndoFlipTM 300 3 Year Service Agreement | Base | Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to award a sole source, Firm-Fixed Price Contract for a three-year EndoFLIP™ 300 Service Agreement to Covidien Sales LLC. This procurement is essential for the Ann Arbor VA Medical Center, ensuring the maintenance and operational readiness of critical medical equipment used in patient care. Interested contractors may submit capabilities statements or quotations for consideration, although this notice is not a request for quotes. Responses are due by January 13, 2026, at 9:00 a.m. Eastern Time, and should be directed to Christopher Council, Contracting Officer, via email at Christopher.Council@va.gov.
    6640--NX EQ Automated Coverslipper Machines (VA-26-00027783)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice to identify qualified sources for brand name or equal Leica® Automated Coverslipper Machines for the Veterans Health Administration (VHA). The procurement aims to establish a single Firm-Fixed Price Requirements Contract for a 12-month base period with four additional 12-month option periods, facilitating the supply of automated coverslipper machines to VA medical centers nationwide. These machines are critical for applying coverslips over microscope slides, ensuring the protection of specimens during examination and storage. Interested vendors must submit their responses by January 20, 2026, to the designated contacts, Alanna Wilson and Anthony Zibolski, and must be registered in SAM.gov and, if applicable, verified in the SBA database.
    6640--Lab DiaSorin Reagents - VISN23
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 23, intends to award a sole source firm fixed price contract to DIASORIN MOLECULAR LLC for the provision of DiaSorin Reagents to support the Veterans Integrated Service Network 23 (VISN23). The procurement aims to secure FDA-approved quality control kits and consumables, including various Simplexa kits for COVID-19, Flu A/B & RSV, and other critical tests, with specific requirements for long outdates and immediate replacement in case of recalls. These reagents are essential for the operation of multiple lab sites across South Dakota, Iowa, North Dakota, Nebraska, Minnesota, and Wisconsin, ensuring the delivery of vital healthcare services to veterans. Interested vendors who believe they can meet the requirements as authorized resellers must submit their capability statements to Contracting Officer Emanuel Nevarez by January 12, 2026, at 13:00 Central Time, referencing solicitation number 36C26326Q0249.