6550--Microbiology Reagents and Supplies
ID: 36C26225Q0347Type: Sources Sought
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs (VA) is seeking qualified sources to provide Microbiology Laboratory Testing Reagents and Supplies for a base year plus four optional years, specifically for the VA San Diego Healthcare System. The procurement aims to acquire FDA-approved reagents and supplies necessary for conducting various microbiological tests, including bacterial culture growth and pathogen detection, with a preference for products from Fisher Scientific. Interested vendors must submit their business size status, manufacturing details, and pricing information by January 21, 2025, to Contract Specialist Samuel Han at Samuel.Han@va.gov, as this request is solely for information and planning purposes and does not constitute a solicitation.

Point(s) of Contact
Han, SamuelContract Specialist
(562) 766-2314
Samuel.Han@va.gov
Files
Title
Posted
Jan 14, 2025, 8:06 PM UTC
The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice to identify potential sources capable of supplying Microbiology Laboratory Testing Reagents and Supplies for a base year and four optional years. This request is for information and planning purposes only, not a solicitation. The VA seeks vendors who can provide specific items listed in attachments that meet defined salient characteristics. Interested parties should submit their business size statuses, manufacturing information, and pricing details by January 20, 2025. The NAICS code for this request is 325413, with a size standard of 1,250 employees. Responses will assist the VA in determining qualified sources for future procurement decisions. Submission details and requirements are emphasized, and responders may not rely on this notice as a means to be added to a bidders list or for solicitation provisions. The document outlines the contracting office's address and a point of contact for inquiries, ensuring interested vendors have clear instructions for participation.
Jan 14, 2025, 8:06 PM UTC
The document serves as a pricing schedule attached to a government's Request for Proposal (RFP), highlighting items from Fisher Scientific necessary for laboratory testing. It details 40 different cataloged products, primarily types of agar and diagnostic kits, along with their corresponding catalog numbers and manufacturer part numbers. Each line includes information on the unit of measure, unit price, and necessary equivalent descriptions for matching salient characteristics related to the products. Costs are specified for each item, presented with placeholders for annual volumes and extended prices. The document emphasizes critical compliance with product specifications, showing the government's intent to procure specific scientifically approved items that meet regulatory standards. This pricing schedule is essential for facilitating funding allocation and ensuring transparency in procurement processes within the context of federal and state funding initiatives.
Jan 14, 2025, 8:06 PM UTC
The document outlines the salient characteristics and requirements for reagents, supplies, and consumables to be used for laboratory testing in a government contract context. All items must be FDA approved and capable of conducting various microbiological tests, including growing bacterial cultures, automated and manual bacterial identification, confirming carbapenemase-resistant organisms using specific assays, and detecting pathogens such as MRSA and Streptococcus pneumoniae. The preferred supplier for these items is Fisher Scientific. Additionally, the requisitions must include all shipping costs, with orders expected to be delivered within three business days following receipt of order. This document serves as a part of the broader solicitation process in government RFPs, emphasizing compliance with federal standards and requirements for laboratory supplies.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
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--KC, QuantiFERON Reagents Follow-on Contract (VA-25-00058335) 589-26-1-1614-0001 36C25518A0051
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to establish a Firm Fixed-Price Blanket Purchase Agreement (BPA) for the procurement of QuantiFERON reagents at the Kansas City VA Medical Center. This BPA aims to ensure a reliable supply of high-quality supplies necessary for the detection of mycobacterium infections, utilizing advanced analytical systems such as DSX, Agility, and Liaison XL analyzers. The contract is intended to support the VA's commitment to providing essential healthcare services for veterans, with a base year commencing on October 1, 2025, and extending through September 30, 2030, including options for four additional years. Interested parties must respond to the Sources Sought Notice by April 15, 2025, and can contact Contract Specialist Jeanine Wallace at jeanine.wallace@va.gov or 913-704-9472 for further information.
Gloved Fingertip-Thumb and Media Fill Testing Services
Buyer not available
The Department of Veterans Affairs is soliciting quotations for Gloved Fingertip and Media Fill Testing Services, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the Sacramento VA Medical Center. The procurement aims to ensure compliance with ISO/IEC 17025:2017 and USP <797> standards for microbiological testing, including sample collection, analysis, and reporting across multiple VA locations in California and Nevada. This contract, valued at approximately $19 million, is set to commence on April 23, 2025, and includes a base year plus four optional years. Interested vendors must submit their quotations by 3:30 PM PDT on April 9, 2025, and can direct inquiries to LaDonna Collins at ladonna.collins@va.gov.
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.
Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
6640--New Long Term Procurement - Base 2 CPRR reagents and consumables for Laboratory Tests.
Buyer not available
The Department of Veterans Affairs (VA) is seeking a contractor to establish a three-year Blanket Purchase Agreement (BPA) for the procurement of Automated Chemistry Immunochemistry Instrumentation, reagents, and consumables for laboratory tests. This procurement aims to ensure the availability of high-quality laboratory equipment and supplies necessary for clinical operations, emphasizing the importance of accuracy, efficiency, and compliance with regulatory standards. The BPA will be awarded to a single contractor, who will be responsible for providing ongoing maintenance support, training, and timely delivery of products, with an estimated agreement term starting from June 16, 2025, through June 15, 2026. Interested parties should contact Hector D. Gonzalez at hector.gonzalez1@va.gov for further details and to express their interest in this opportunity.
Blood Culture Analyzers
Buyer not available
The Department of Veterans Affairs is conducting a Sources Sought notice to identify potential sources for the procurement of three Blood Culture Analyzers, along with necessary accessories and installation services. The primary objective is to enhance laboratory capabilities by acquiring state-of-the-art, FDA-approved microbiology equipment that meets specific technological standards, including fully automated systems with advanced detection technology and bi-directional data interfacing capabilities. This procurement is crucial for improving patient care and safety at the facilities involved, particularly at the Des Moines and St. Cloud VAMCs, while ensuring seamless integration with existing Laboratory Information Systems. Interested vendors must submit their responses by April 7, 2025, at 1:00 PM Central Standard Time, to Mr. Emanuel Nevarez at emanuel.nevarez@va.gov, including relevant documentation and a non-binding statement of interest.
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.
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.
6640--LONG TERM PROCUREMENT- BASE PLUS 4 COST PER TEST IMMUNOASSAY INSTRUMENT
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide an immunoassay instrument for the VA Portland Health Care System (VAPORHCS) under a cost-per-test contract. The procurement aims to equip the facility with a testing system capable of assessing various health markers, including Vitamin D levels and immunity to several viruses, while also requiring the vendor to supply field service support, reagents, calibrators, controls, and training for an estimated volume of patient tests per month. This initiative underscores the VA's commitment to enhancing healthcare services for veterans through advanced diagnostic technologies. Interested parties must submit their proposals by April 11, 2025, and can contact Hector Gonzalez at HECTOR.GONZALEZ1@VA.GOV for further information.