ContractSolicitation

Copan WASP for Department of Veterans Affairs, St Louis, Missouri VA Medical Center John Cochran Division

DEPARTMENT OF VETERANS AFFAIRS 36C25525Q0122_2
Response Deadline
Sep 11, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking proposals for the procurement of a COPAN Walkaway Specimen Processor (WASP) for the John Cochran VA Medical Center in St. Louis, Missouri, to replace an existing end-of-life unit. The procurement requires vendors to provide all necessary equipment, installation services, project management support, and ongoing software upgrades, ensuring compliance with VA security standards and connectivity to the VISTA system. This advanced laboratory equipment is crucial for enhancing specimen processing capabilities within the VA healthcare system, thereby improving operational efficiency and patient care. Interested vendors must submit their proposals, including a Cerner compatibility statement and VA Security Forms, by the specified deadline, with delivery expected within 120 business days of contract award. For further inquiries, contact Erika Kobulnicky at Erika.Kobulnicky@va.gov or Lisa A Buchanan at Lisa.Buchanan1@va.gov.

Classification Codes

NAICS Code
334516
Analytical Laboratory Instrument Manufacturing
PSC Code
6640
LABORATORY EQUIPMENT AND SUPPLIES

Solicitation Documents

9 Files
SOW Supply_WASP.docx
Word36 KBSep 3, 2025
AI Summary
The VA Saint Louis Health Care System seeks to procure a COPAN Walkaway Specimen Processor (WASP) to replace an existing End-of-Life unit at the John Cochran facility. The Request for Proposal (RFP) specifies technical requirements for the WASP, including weight, peripherals, custom streaking patterns, media and specimen type acceptance, calibration volumes, sample traceability, lid handling, and a gram staining module. The system must integrate with the existing WASP Lab track, fit the current lab layout, and connect to VISTA via Data Innovations, meeting VA security standards. Vendors must provide all equipment, installation, and project management, including remote service capabilities, onsite training, and free hardware/software upgrades as they become commercially available. Software must be manufacturer-supported, the newest version at delivery, and include unlimited perpetual licensing. Bidders must complete VA Security Forms if the equipment connects to the VA network and provide a Cerner compatibility statement from the OEM, dated within 60 days of the bid, including an OEM point of contact. Installation must occur within 30 days of delivery, with vendor responsibility for all accessories and coordination with VA staff. The vendor must provide two copies of operator, technical service, and system manager manuals. A manufacturer's warranty covering all components and software is required, with a factory-trained Field Service Engineer for installation and maintenance. The warranty period begins upon acceptance of the product's delivery, installation, and functionality, and must include preventive maintenance, software updates, and security patches. Vendors must respond to calls within 8 hours and ship replacement parts within 48 hours. Delivery is required within 120 business days to the St. Louis VA Medical Center John Cochran Division. Contractors must comply with all federal records management laws and NARA policies, ensuring proper handling, preservation, and disposition of Federal records created under the contract. The Department of Veterans Affairs will retain all contract administration functions, with the Contracting Officer as the sole authority for changes. Quality control measures include COR surveillance and the issuance of Contract Discrepancy Reports for unacceptable performance. This is a non-personal services contract, and contractors must comply with immigration laws. The document emphasizes the VA's commitment to modernizing its facilities while adhering to strict technical, security, and regulatory standards.
D.7 6500.6 - Appendix C 2024_Update to Handbook.pdf
PDF220 KBSep 3, 2025
AI Summary
VA Notice 24-12 updates the Department of Veterans Affairs (VA) Handbook 6500.6, Contract Security, specifically Appendix C, by incorporating revised security and privacy language for contracts. This immediate change aims to enhance information and information system security/privacy for all contractors, subcontractors, and their personnel working with VA information. Key areas addressed include data rights, information use and protection, access controls, mandatory security training, incident reporting, system design and development, hosting, security compliance testing, supply chain integrity, malware prevention, cryptographic requirements, patching governance, and provisions for specialized devices and data centers. The notice emphasizes adherence to federal laws, VA policies, and industry standards like FIPS and NIST guidelines, ensuring robust security for VA sensitive information.
D.6 MD ERA PORTS PROTOCOLS SERVICE.docx
Word13 KBSep 3, 2025
AI Summary
The document "D.7 6500.6 - APPENDIX C 2024_UPDATE TO HANDBOOK" indicates a 2024 update to an existing handbook, likely serving as an appendix or a supplementary document within a larger governmental framework. Given its context within federal RFPs, grants, and state/local RFPs, this update is crucial for ensuring compliance, providing revised guidelines, or introducing new procedures relevant to government-related projects or programs. The brevity of the title suggests it's a specific revision rather than a comprehensive new publication, implying that users should consult this update in conjunction with the main handbook to stay informed about the latest requirements or information.
D.5 6300 D_2018-10-22.docx
Word13 KBSep 3, 2025
AI Summary
The document "D.6 MD ERA PORTS PROTOCOLS SERVICE" outlines specific protocols related to services for ports within the Maryland ERA (Emergency Relief and Assistance) framework. The exact nature of these protocols and services is not detailed, but the title suggests a focus on operational guidelines or service agreements pertinent to port activities under the Maryland ERA program. This likely involves procedures for managing port-related emergencies, coordinating relief efforts, or establishing standards for services provided within these port environments.
D.4 MD ERA INVENTORY TEMPLATE.docx
Word13 KBSep 3, 2025
AI Summary
The document "D.5 6300 D_2018-10-2" is a government file that appears to be an identifier or reference within a larger system of federal government RFPs, federal grants, or state/local RFPs. Given its brevity, it likely serves as a label, code, or part of a naming convention. Without further context, its main purpose is to uniquely identify a specific document, section, or project dated October 2, 2018, within the "D.5 6300 D" category. It does not contain substantive information for summarization beyond its identification function.
D.3 MD ERA NETWORK TOPOLOGICAL DIAGRAM.docx
Word134 KBSep 3, 2025
AI Summary
The document "D.3 MD ERA Network Topological Diagram" outlines the topological layout of the MD ERA Network. Given its context within government RFPs, federal grants, and state/local RFPs, this document likely serves as a technical exhibit or supporting material for a proposal related to the deployment, upgrade, or maintenance of a network infrastructure. It provides a visual or descriptive representation of how the network components are interconnected, which is crucial for understanding the system's architecture, identifying potential points of failure, and planning for expansion or security measures. Such a diagram is essential for bids requiring detailed technical specifications of a network system.
D.2 MDS2 - MANUFACURER DISCLOSURE STATEMENT FOR MEDICAL DEVICE SECURITY.docx
Word13 KBSep 3, 2025
AI Summary
The document "D.3 MD ERA NETWORK TOPOLOGICAL DIAGRAM" likely refers to a diagram outlining the network topology for a Maryland-based ERA (Electronic Records Archive or Emergency Response Agency) system. In the context of government RFPs, federal grants, and state/local RFPs, such a diagram would be a crucial supporting document. It would provide a visual representation of the network's structure, including interconnected devices, communication links, and data flow. This diagram is essential for understanding the infrastructure requirements, proposed network architecture, and ensuring the system's robustness, scalability, and security. It informs potential bidders or grant applicants about the technical specifications and operational layout of the network, which is vital for designing compatible solutions or allocating resources effectively.
D.1 VA DIRECTIVE 6550 APPENIDX A.docx
Word13 KBSep 3, 2025
AI Summary
The document "D.2 MDS2 - MANUFACTURER DISCLOSURE STATEMENT FOR MEDICAL DEVICE SECURITY" is a critical component within government RFPs, federal grants, and state/local RFPs. Its primary purpose is to ensure that manufacturers of medical devices provide detailed disclosures regarding the security features and vulnerabilities of their products. This statement allows government entities, when procuring medical devices, to assess the security posture of these devices. It mandates transparency from manufacturers, requiring them to outline how their devices address cybersecurity risks, protect sensitive patient data, and maintain operational integrity against potential threats. The document serves as a standardized mechanism to evaluate compliance with security requirements, ultimately aiming to safeguard healthcare infrastructure and patient information in the context of medical technology acquisition.
36C25525Q0122_2.pdf
PDF649 KBSep 3, 2025
AI Summary
The Department of Veterans Affairs (VA) is soliciting proposals for a COPAN Walkaway Specimen Processor (WASP) at the John Cochran VA Medical Center in St. Louis, MO, to replace an end-of-life unit. This unrestricted, brand-name solicitation requires vendors to provide all equipment, accessories, white-glove installation, software upgrades, on-site training, and project management. Key requirements include VISTA connectivity, VA security compliance, and Cerner compatibility, with a mandatory OEM compatibility statement. The system must have specific technical features like custom streaking patterns and slide preparation modules. Vendors must provide an authorized distributor letter from Copan. The evaluation criterion is

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
deadlineResponse DeadlineSep 11, 2025
expiryArchive DateSep 26, 2025

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)

Point of Contact

Name
Erika Kobulnicky

Place of Performance

Saint Louis, Missouri, UNITED STATES

Official Sources