MODIFICATION
66 -- Anatomic Pathology Instruments
- Notice Date
- 11/24/2025 6:21:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0055
- Response Due
- 12/5/2025 8:00:00 AM
- Archive Date
- 01/19/2026
- Point of Contact
- Kim McCarthy, Contract Specialist, Phone: 774-826-4806
- E-Mail Address
-
Kim.mccarthy@va.gov
(Kim.mccarthy@va.gov)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.2, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is intended as an unrestricted brand name only requirement. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. The FSC/PSC is 6640. Department of Veterans Affairs, VISN 01, is seeking to purchase the following Leica Microsystems anatomic pathology instruments and accessories. All interested companies shall provide quotations for the following: Supplies CLIN Part # Description Location Qty 0001 14048858005 HistoCore Pegasus Tissue Processor W. Rox 1 0002 14039357261 HistoCore Arcadia C Cold Plate W. Rox 2 0003 149AUTOG0C1 HistoCore Autocut Microtome Togus 2 Place of Delivery VAMC Boston 1400 VFW Parkway West Roxbury, MA 02132 VAMC Togus 1 VA Center August, ME 04330 The following solicitation provisions/clauses apply to this acquisition: 52.204-7 System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025) System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations and certifications based on provisions that are not included in this solicitation. Examples include 52.240-90 Security Prohibitions and Exclusions Representations and Certifications, 52.242-91 Security Prohibitions and Exclusions, 52.240-92 Security Requirements, and 52.240-93 Basic Safeguarding of Covered Contractor Information Systems. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (DEVIATION OCT 2025) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203.17 Contractor Employee Whistleblower Rights.(NOV 2023) ; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025) ; 52.204-13 System for Award Management-Maintenance (DEVIATION NOV 2025); 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (DEVIATION NOV 2025); 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (DEVIATION NOV 2025); 52.222-3 Convict Labor (JUN 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (DEVIATION DATE); 52.222-36 Equal Opportunity for Workers with Disabilities (DEVIATION DATE); 52.222-50 Combating Trafficking in Persons (DEVIATION OCT 2025); 52.222-54 Employment Eligibility Verification (DEVIATION DATE); 52.223-23 Sustainable Products (DEVIATION FEB 2025); 52.225-1 Buy American-Supplies (DEVIATION DATE) (See Certificate at the end of this solicitation); 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024); 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023); 52.233-3 Protest after Award (DEVIATION NOV 2025); 52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025); 52.240-91 Security Prohibitions and exclusions (DEVIATION NOV 2025); 52.244-6 Subcontracts for Commercial Products and Commercial Services (DEVIATION NOV 2025); 852.203-70 Commercial Advertising (MAY 2018); 852.212-71 Gray Market and Counterfeit Items (FEB 2023); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION); 852.232-72 Electronic Submission of Payment Requests (NOV 2018); 852.242-71 Administrative Contracting Officer (OCT 2020); 852.246-71 Rejected Goods (OCT 2018); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) ; 852.247-71 Delivery Location (OCT 2018); 852.247-71: 852.247-73 Packing for Domestic Shipment (OCT 2018). Buy American Certificate (Oct 2022) (a) (1)The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2)The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR� 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b)Foreign End Products: Line Item No. Country of Origin Exceeds 55% domestic content (yes/no) ______________ _________________ _________________ ______________ _________________ _________________ (b)[List as necessary] Domestic end products containing a critical component: Line Item No.� ___ [List as necessary] (d)The Government will evaluate offers in accordance with the policies and procedures of� part� 25� of the Federal Acquisition Regulation. (End of provision) All quoters shall submit the following: Quote and authorized distributor s letter. All quotes shall be sent via email: kim.mccarthy@va.gov. Award will be made to the lowest priced technically acceptable quote in accordance with the Simplified Acquisition Procedures of FAR 12. The award will be made to the response most advantageous to the Government. The following factors shall be used to evaluate quotations: Technical or Quality Past Performance Veterans Involvement Price Responses should contain your best terms and conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than December 5, 2025 at 11:00 a.m. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(c). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Kim McCarthy, Contract Specialist; kim.mccarthy@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ac57fdcb80584c418fd40ab2d3ec5e44/view)
- Place of Performance
- Address: VAMC - West Roxbury, MA VAMC - Togus, ME VAMC - West Haven, CT -
- Record
- SN07649908-F 20251126/251124230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |