J066--Intent to sole sourc Cytek Aurora Laser Service Contract
ID: 36C24926Q0055Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.

    Point(s) of Contact
    Carmen HanczykContract Specialist
    (615) 225-5973
    Carmen.Hanczyk@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for annual maintenance and repairs of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. This decision is based on Cytek Biosciences being the only vendor capable of providing the specialized service, as per FAR 13.106-1(b). The contract, anticipated to be awarded by December 18, 2025, requires two annual preventive maintenance inspections, all necessary parts, travel, and labor for repairs, 24-hour technical support, 48-hour response for non-functional instruments, and scientific consultation. All work must be performed by authorized Cytek Biosciences engineers. Interested parties may submit documentation demonstrating their capability to fulfill these requirements by December 8, 2025, at 11:00 AM EST, to Carmen Hanczyk at Carmen.Hanczyk@va.gov. However, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Clement J. Zablocki VAMC Flow Cytometry Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the provision of 10-color Flow Cytometry instrumentation, along with ancillary sample and reagent preparation equipment, for the Clement J. Zablocki VA Medical Center located in Milwaukee, Wisconsin. The contract can be structured as a Cost per Patient Reportable Result (CPRR), Cost per Test (CPT), or a fixed monthly lease, emphasizing that it is not a capital purchase. This advanced instrumentation is crucial for performing Lymphocyte Subsets and Leukemia/Lymphoma Immunophenotyping, and it must include FDA-approved systems along with comprehensive support services such as training and preventative maintenance. Interested contractors should note that the award will be based on the lowest price technically acceptable offer, and they can contact Colby Pasholk at colby.pasholk@va.gov for further information. The contract will have a base period plus four option periods, extending until July 31, 2031.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    J066--VISN22 CRYOSTAT PREVENTIVE MAINTENANCE AND SERVICE BASE PLUS 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for preventive maintenance and repair services for seventeen Epredia Cryostar NX50 instruments across multiple VA facilities within the VISN22 network, including locations in New Mexico, Long Beach, Phoenix, Loma Linda, San Diego, Tucson, and Great Los Angeles. The contractor will be responsible for providing comprehensive services, including preventive maintenance, corrective maintenance, software support, and 24/7 technical assistance, ensuring that all equipment operates according to manufacturer specifications using OEM parts. This contract, which spans a one-year base period with four option years, emphasizes the importance of maintaining critical laboratory equipment for the VA's healthcare systems. Interested vendors must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 11, 2025, with questions due by December 4, 2025. The procurement will be evaluated based on the lowest priced quotation that meets all specified requirements.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.