6640--FY 24 Automated Rotary Microtomes
ID: 36C24824Q1581Type: 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

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to conduct a sole-source procurement for three HISTOCORE AUTOCUT Automated Rotary Microtomes from D.M.I. Medical, Inc. for the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. This acquisition, valued at $80,805, is justified as a brand-name only award due to the unique characteristics and specialized technology of the microtomes, which are critical for ensuring accurate pathological diagnoses for veterans. The procurement reflects the VA's commitment to providing reliable and innovative laboratory equipment to enhance diagnostic services, with a contract duration of 120 days after receipt of order. Interested firms challenging this sole-source action must submit evidence of their capability by September 9, 2024, at 9:00 AM EST, to Contract Specialist Edwin R. Correa at edwin.correa1@va.gov.

    Point(s) of Contact
    Edwin R. CorreaContracting Specialist
    (407) 646-4145
    edwin.correa1@va.gov
    Files
    Title
    Posted
    The VA Network Contracting Office 8 intends to award a sole source procurement for Histocut Microtomes to D.M.I. Medical, INC, as they are the only authorized seller in Puerto Rico. Interested firms may challenge this decision by providing evidence of their capability to supply the required items by the response deadline of September 9, 2024. This notice serves solely to inform about the intent to award and is not a solicitation for competitive quotes.
    The Department of Veterans Affairs seeks to procure three HISTOCORE AUTOCUT Automated Rotary Microtomes for the VACHS Pathology and Laboratory Medicine Service in San Juan, Puerto Rico, with a total estimated cost of $80,805. The justification for a brand-name single-source acquisition is based on the unique characteristics of the microtome, which is essential for accurate pathological diagnoses and is only available from the authorized distributor, Government Scientific Source. Market research confirmed that other alternatives do not meet FDA regulations or warranty requirements, necessitating this specific procurement.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    DH01--Data Innovations Instrument Management Interfacing System Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a contract for the Data Innovations Instrument Manager software, which is critical for integrating laboratory analyzers with the VistA system at the Erie VA Medical Center. This procurement aims to secure additional license connections and ongoing maintenance and support for the software, ensuring compliance with VA standards and enhancing laboratory operations. The contract will be negotiated with Data Innovations, LLC, under FAR 13.106-1, and interested vendors must submit a one-page capability statement by September 17, 2024, to the Contract Specialist, Christa L. Stine, at christa.stine@va.gov. This opportunity emphasizes the importance of compliance, security, and the structured procurement process to improve services for veterans.
    6515--Biomerieux (VITEK) - Microbiology CPT
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a sole source contract for microbiology cost-per-test analysis services to Biomerieux, Inc. This procurement includes a variety of microbiology-related products such as saline bags, polystyrene tubes, and multiple test kits, which are essential for laboratory testing within the VA Southern Nevada Healthcare System. The contract is classified under NAICS code 325413 for In-Vitro Diagnostic Substance Manufacturing, with a performance period from October 1, 2024, to September 30, 2025. Interested suppliers must submit their quotes and relevant documentation to Contract Specialist Alex Hernandez at Alex.Hernandez@va.gov by September 17, 2024, at 08:00 AM PT to be considered for this opportunity.
    J065--Bioplex Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract for a maintenance agreement concerning the Bio-Rad Laboratories Bioplex system at the Louis Stokes Cleveland Medical Center. This procurement is essential for ensuring the operational integrity and reliability of the Bioplex system, which is critical for medical diagnostics and patient care. The government has determined that Bio-Rad Laboratories is the only source capable of fulfilling this requirement, and while this is a non-competitive notice, interested contractors may submit capabilities statements by the deadline of September 17, 2024, to Sara Wood, Contract Specialist, at sara.wood1@va.gov. No solicitation package will be available, and responses must demonstrate clear evidence that competition would be advantageous to the government.
    J065--INTENT TO SOLE SOURCE - STERIS CORPORATION STERIS EQUIPMENT - PERRY POINT VAMC 512-25-1-098-0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to procure maintenance services for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to its status as the Original Equipment Manufacturer (OEM). The procurement aims to ensure reliable servicing and compatibility of critical medical equipment, which is essential for the facility's operations. The solicitation number for this opportunity is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. Interested parties can contact Contract Specialist Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further information.
    6525--Brand Name or Equal to Ethicon NeuWave Certus 140 microwave Ablation System. Unrestricted.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the acquisition of a "Brand Name or Equal" Ethicon NeuWave Certus 140 Microwave Ablation System, intended for use in the Interventional Radiology department at the Corporal Michael J. Crescenz VA Medical Center. This advanced medical system is designed to enhance treatment options for veterans suffering from cancer or benign tumors through minimally invasive procedures, featuring capabilities such as simultaneous use of multiple ablation probes and a CO2-based cooling system. The procurement emphasizes adherence to Federal Acquisition Regulation (FAR) clauses and requires vendors to submit their quotes by September 20, 2024, with evaluations based on price and technical acceptability. Interested vendors can reach out to Contracting Officer David M Santiago at david.santiago2@va.gov for further information.
    6550--Notice of Intent to Sole Source - Minneapolis VA Medical Center - FDA-Approved CEDIA and DRI Drugs of Abuse Reagents, Calibrators, and Controls for Assays used with Beckman AU480 Analyzers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract to Microgenics Corporation for the procurement of FDA-approved CEDIA and DRI Drugs of Abuse reagents, calibrators, and controls specifically for use with Beckman AU480 analyzers at the Minneapolis VA Medical Center. This contract is critical as the Minneapolis VA's Toxicology Laboratory serves as the exclusive national provider for Federal Workplace Urine Drugs of Abuse Testing among VA Hospitals, necessitating compliance with HHS SAMHSA certification through the use of specific FDA-approved products. Interested vendors are invited to submit capability statements by September 18, 2024, to demonstrate their ability to meet the requirements, with all submissions directed to Contract Specialist Alisha Milander at Alisha.Milander@va.gov. The contract is set to commence on October 1, 2024, and will include multiple option years to support ongoing operational needs.
    J065--Karl Storz Service Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to award a sole-source service agreement to Karl Storz Endoscopy Inc. for the maintenance and repair of endoscopic equipment. This procurement is based on the belief that only Karl Storz possesses the necessary capabilities to fulfill the requirements effectively, as outlined under FAR 6.302-1, which permits sourcing from a single supplier when no alternatives meet the agency's needs. Interested parties are invited to submit capability statements demonstrating their ability to meet the specified requirements by 2 PM EST on September 18, 2024, although the government will not cover any costs incurred in the submission process. Responses must be directed to the contracting officer, Chad Kemper, at chad.kemper@va.gov.
    J065--INTENT TO SOLE SOURCE OMNICELL PHARMACY EQUIPMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for preventive maintenance of OMNICELL pharmacy equipment and Omni Center Server software, specifically at the Phoenix VA Medical Center. This procurement is necessary to ensure the ongoing functionality and reliability of critical pharmacy equipment, which plays a vital role in the healthcare services provided to veterans. Interested vendors must submit capability statements demonstrating relevant past performance and licensing status by 12:00 PM Pacific Time on September 20, 2024, and should direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.
    J065--INTENT TO SOLE SOURCE GE Sitelink & Carescape Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Trillamed for support services related to the GE Carescape Infrastructure at multiple VA medical facilities across Wisconsin and Illinois. The contractor will be responsible for providing all necessary labor, travel, expenses, and parts required for the maintenance and support of this infrastructure, which is critical for the operation of medical equipment in these facilities. This procurement is conducted under the authority of 41 U.S.C. 1901, allowing for simplified acquisition procedures when only one responsible source can meet the agency's needs. Interested firms may submit their capability statements and customer references by 9:00 AM Central Time on September 17, 2024, via email to Lori Eastmead at lori.eastmead@va.gov, as no competitive quotes will be solicited and phone inquiries will not be accepted.
    5860--Varian FullScale on Premise Base Year (VA-25-00001444)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract for the Varian FullScale on Premise system to Varian Medical Systems, Inc. This procurement is essential for the renewal of an IT hosting solution that supports Varian software applications and server infrastructure at the Richard L. Roudebush VA Medical Center, ensuring continued functionality and enhanced clinical availability alongside existing Varian oncology systems. The contract, justified under Section 41 U.S.C. 3304(a)(1) due to the unique capabilities of Varian, aims to minimize operational disruptions and costs associated with switching vendors. Interested parties can reach Contract Specialist Erin Butler at erin.butler3@va.gov, with a response deadline set for September 18, 2024, at 3:00 PM Eastern Time.