H266--Roche Cobas 6800 Maintenance
ID: 36C26225Q0068Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Medical Laboratories (621511)

PSC

EQUIPMENT AND MATERIALS TESTING- INSTRUMENTS AND LABORATORY EQUIPMENT (H266)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to establish a service and maintenance contract for the Roche Cobas 6800 system at the VA Greater Los Angeles Healthcare System. The procurement aims to ensure comprehensive support, including unlimited service visits, 24/7 customer support, necessary repair parts, preventive maintenance, and emergency repair response within 24 hours. This service is critical for maintaining the operational efficiency of medical laboratory equipment, which plays a vital role in patient care. Interested parties must submit their company details, size status, federal contract information, pricing, and a capability statement by October 29, 2024, to Ositadima Ndubizu at ositadima.ndubizu@va.gov. The NAICS code for this acquisition is 621511, with a funding threshold of $41.5 million.

    Point(s) of Contact
    Ositadima NdubizuContract Specialist Intern
    (562) 766-2252
    ositadima.ndubizu@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is posting a Sources Sought Notice to identify potential contractors for a service and maintenance contract for the Roche Cobas 6800 system at the VA Greater Los Angeles Healthcare System. The announcement is part of market research to gather interest and capability within the business community, specifically targeting Service-Disabled Veteran Owned Small Businesses. Contractors must provide a comprehensive service plan, including unlimited service visits, a 24/7 customer support hotline, necessary repair parts, preventive maintenance, and emergency repair response within 24 hours. Qualified staff must be Roche trained and certified. Interested parties are asked to submit their company details, size status, federal contract information, pricing, and a capability statement by October 29, 2024. This notice does not constitute an obligation for the government to award a contract and emphasizes that all potential contractors must be registered in the System for Award Management (SAM). The NAICS code for this acquisition is 621511.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    J065--Roche Slide Stainer annual PM Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Roche Diagnostics Corporation for annual preventive maintenance services for SLID Stainer equipment owned by the VA, specifically for operations at the Puget Sound VA Medical Center in Seattle, WA. This contract is crucial for ensuring the proper functioning and reliability of medical equipment used in patient care. The anticipated award date for this contract is November 1, 2024, and interested parties may submit responses for consideration in future procurements, although no competitive proposals will be solicited at this time. For further inquiries, contact Contract Specialist Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903.
    6640--Notice of Intent to Sole Source Blood Gas cobas b221 Reagent Rental Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for a Blood Gas Reagent Rental Agreement with Roche Diagnostics Corporation. This procurement involves the rental of cobas b211 blood gas analyzers, along with maintenance, reagents, quality control supplies, and troubleshooting support for the Jack C. Montgomery VA Medical Center and Ernest Childers VA Health Care Center, ensuring uninterrupted patient testing during the transition to a new long-term contract. Roche Diagnostics is the sole manufacturer and service provider for the cobas b211 analyzers, making competitive bidding unfeasible. Interested parties are invited to express their capabilities by 9:00 AM Mountain Time on October 28, 2024, although this notice is not a request for competitive quotes. For further inquiries, contact Tania Urenda at tania.urenda@va.gov or call 303-712-5730.
    J065--Biomerieux Maintenance | New Base | Start: 12/5/24
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source, Firm-Fixed Price Contract with Biomerieux for a Myla Service Agreement specifically for the Dayton VA facility in Ohio. This procurement action, conducted under FAR Subpart 13.2, aims to address the service needs of medical, dental, and veterinary equipment, ensuring the operational efficiency of the facility. Interested contractors may submit capabilities statements or quotations for consideration, with responses due by October 31, 2024, at 8:00 AM Eastern Time, directed to Contracting Officer Christopher T. Council via email at Christopher.Council@va.gov. This notice fulfills the publication requirement outlined in FAR 5.201(b)(1) and does not constitute a formal solicitation process.
    J046--629-25-2-690-0003, Reverse Osmosis Maintenance(VA-25-00014659)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to issue a sole-source contract for maintenance services on clinical and research laboratory reagent water systems, specifically targeting EMD Millipore Corporation. The contractor will be responsible for providing preventive maintenance and repairs to ensure the functionality of the specialized water system for the Southeast Louisiana Veterans Health Care System located in New Orleans, LA. This contract is crucial for maintaining high operational standards in healthcare services, ensuring compliance with both manufacturer and VA specifications. Interested parties must submit their capabilities statements by October 31, 2024, to Kimberly Anderson at kimberly.anderson6@va.gov, as this is not a request for quotes and registration in the System for Award Management (SAM) is required for eligibility.
    6550--Cost-Per-Test Clinical Laboratory Analyzers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for Cost-Per-Test Clinical Laboratory Analyzers to be utilized across three medical centers: Kansas City, St. Louis, and Columbia. The procurement aims to establish a cost-effective strategy for acquiring in-vitro diagnostic substances, reagents, and related testing materials, ensuring compliance with clinical parameters and regulatory standards. These advanced laboratory analyzers are crucial for enhancing healthcare delivery, particularly in blood compatibility testing, while supporting the operational efficiency of the VA healthcare system. Interested vendors must submit their offers by 5 PM Central Time on October 29, 2024, with questions due by October 25, 2024, for a contract period running from November 1, 2024, to October 31, 2025, with options for renewal for up to three additional years. For further inquiries, contact Contracting Officer Mickeya Linzie at mickeya.linzie@va.gov or (913) 946-1967.
    Q301--FY24: VISN7-Reference Lab -Base + 4 Option Yrs.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a contract to provide laboratory services for the Veterans Integrated Service Network 7 (VISN 7), which encompasses the states of Alabama, Georgia, and South Carolina. The contract will cover a base year plus four optional years, aimed at enhancing the flexibility and availability of laboratory services for eligible veterans in the region. This procurement is categorized under NAICS code 621511 for Medical Laboratories, reflecting the critical need for reliable laboratory testing services within the VA healthcare system. Interested contractors should prepare for the forthcoming solicitation, which will be posted on sam.gov, with proposals due by October 30, 2024, at 12 PM Eastern Time. For further inquiries, potential bidders can contact Chelsea L Smith at Chelsea.Smith1@va.gov or (910) 322-00863.
    J065--VISN 6 Biofire Service and Warranty
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source firm fixed price purchase order to bioMérieux, Inc. for comprehensive technical support and maintenance of the BioFire Multiplex testing platform across six VISN 6 facilities, including various Veterans Affairs Medical Centers (VAMCs). This procurement aims to ensure the effective operation of the BioFire system, which is a fully automated multiplex PCR technology capable of rapidly detecting multiple targets from a single sample in approximately one hour, while maintaining compatibility with VA-owned instruments. The government is open to expressions of interest from other contractors within three days of this notice, although no competitive quotations will be solicited, as the contract will be awarded under FAR 6.302-1. Interested parties should direct their inquiries and expressions of interest to the contracting officer, Harold McQuillia, via email at harold.mcquillia@va.gov.
    6630--Laboratories Alinity Chemistry Analyzer
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, intends to award a sole-source contract to Abbott Laboratories for the provision of i-STAT instruments and associated test cartridges for the Tuscaloosa VA Medical Center. This procurement is critical for ensuring timely test results in various healthcare settings, including the Critical Care Unit, Operating Room, and Emergency Room, as Abbott Laboratories is the exclusive manufacturer of the required equipment. Interested parties may submit capabilities statements by 3:00 PM Eastern Time on October 31, 2024, to the designated contracting officer, Earnest Ellison, at Earnest.Ellison@va.gov, although this notice does not constitute a solicitation for competitive proposals.
    J065--Tecniplast Platinum Service preventative maintenance and repair services for the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Regional Procurement Office East, intends to award a sole source Firm-Fixed-Price contract to Tecniplast USA, Inc. for preventative maintenance and repair services of the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System. The contract will encompass Tecniplast Platinum Service, which includes two annual preventive maintenance visits, unlimited emergency service, and annual training for VA staff, ensuring the operational efficiency of critical medical equipment. Interested parties may submit a capability statement demonstrating their ability to fulfill the requirements outlined in the attached Statement of Work, with submissions due by 4:30 PM Eastern Time on November 11, 2024. All inquiries should be directed to Contract Specialist Karly Gabrysiak via email at Karly.gabrysiak@va.gov.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.