Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2026 SAM #8832
SOURCES SOUGHT

65 -- Chemistry Cost-per-test (VA-27-00000260) Sources Sought

Notice Date
1/29/2026 11:53:57 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0257
 
Response Due
2/18/2026 7:00:00 AM
 
Archive Date
05/19/2026
 
Point of Contact
Michael Jones, Contract Specialsit, Phone: (202) 745-8000 Ext. 58768
 
E-Mail Address
michael.jones16@va.gov
(michael.jones16@va.gov)
 
Awardee
null
 
Description
Page 10 of 13 Page 1 of Responses must be received no later than February 18,2026, at 10:00AM EST. THIS SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS SOURCES SOUGHT NOTICE IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. After reviewing the responses to this sources sought notice, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Chemistry Cost Per Test to include the use of new analyzers for the Martinsburg VA Medical Center. Statement of Work Scope. The Martinsburg VA Medical Center (Martinsburg VAMC) is requesting two clinical chemistry analyzers, two immunochemistry analyzers, an automated track solution system, and refrigerated storage unit. This system will be located in the Pathology and Laboratory Medicine Services (PALMS) laboratory of the Martinsburg, WV Medical Center. The vendor shall provide all supplies and services as described herein. The contract pricing must be an all-inclusive price within the Cost Per Reportable (CPR). Annual test volumes provided by Martinsburg VA to vendor, are based upon prior history and are not a guaranteed minimum. The requested system solution shall be installed by the vendor. The equipment requested shall be capable of providing but not limited to the following characteristics and functionalities outlined below under specific tasks. Implementation Services for one (1) Like Instrument Replacement for a High Complexity Auto-verification Workflow. Data Innovations Consultative Service provided on a VA licensed IM to help migrate and update an existing high complexity Auto-verification Workflow for a like-instrument replacement. Cost includes modifications as needed to the existing AV rules or Specimen Management Workspace based on nuances specific to the like-instrument replacement. Assistance with implementation, testing, and go-live support is included. Specific Tasks. The contractor shall provide the delivery, installation, and configuration services of the replacement auto-chemistry system solution. The contractor shall provide the following services for each listed deliverable: The contractor shall uncrate, and move from dock into area of installation The contractor shall assemble new equipment in auto-chemistry section of the lab. Contractor will make final connections to existing utilities. VA will provide the utilities, contractor will hook-up to their system. The contractor shall provide the removal of existing auto-chemistry system when the Blanket Purchase Agreement (BPA) has expired The contractor shall provide the disposal of equipment Contractor shall provide a water system to accommodate the analyzer s needs as well as the DI water needs for the clinical laboratory. Vendor provides in-house training for analyzer users. Vendor also provides more detailed training at vendor facility. The contractor shall provide the following deliverables (Equipment) that is capable, but not limited to, meeting all the below listed specifications/functionalities: Analyzer Specifications: Instruments should have at least 65 reagent slots on the chemistry side and 45 on the immunoassay side for patient testing reagents. Analyzers need to be in working order greater than 95% of the time. There is continuous random access to reagents, calibrators, controls and consumables. The instrumentation shall perform all analyses for the required tests seen in Appendix A, with precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical Laboratory Standards Institute (CLSI). The equipment shall meet the test menu, volume, turn-around time and efficiency requirements of Martinsburg VAMC. Test throughput of at least 1300 tests per hour for general chemistry, 150 tests per hour for immunochemistry. Ability to accept serum/plasma, CSF, urine, body fluids, supernatants and whole blood. Must be able to report serum/plasma indices Ease of calibration with extended calibration stability and reduced calibration frequency. Reagent level sensing mechanism. Sample level-sensing and clot-detecting capability Ability to move one reagent to another analyzer without manually figuring tests remaining in reagent pack. STAT interrupt capability to include the ability to handle multiple STATs, prioritizing STAT samples throughout the system with technicians being in control of the STATs and being able to monitor the STATs at all stages. Adjustable workstations at each instrument to ensure ergonomically correct heights; also, to allow for ease of access when performing needed maintenance. Near 360° turning radius will allow visibility from all points in main laboratory. Ability to sample from various primary tubes which include 12mm x 75mm; 13mm x 100mm and 16mm x 100mm, and various sample cup sizes with volumes as low as 1mL Ability to read Cerner Genesis and VA Vista barcodes (accession labels). Open channels for user defined tests. Ability to perform automated reflex testing. Ability to perform automated on-board dilutions A mechanism to minimize sample carryover. Instruments should not have any current issues with carryover or within the past year. Minimal startup time from standby to operation (no greater than 15 Minutes). Minimal recurring preventative maintenance (daily, weekly, monthly). No more than 30 minutes of tech time for each occurrence. With onboard electronic maintenance log and/or Video maintenance capabilities. 0-4 reagents that need manual preparation total for all reagents including reagent ancillaries. Load patient samples without having to pause analyzer to load. Load color coded reagents/bulk solutions and consumable continuously without having to pause analyzer to load, including new lot of reagents for all analyzers in the system. Safety features are present on reagents/bulk solutions to prevent misloading items. On board linearity or at least 3-point calibration for all quantitative tests. If not available, then vendor will provide Linearity material at vendor expense. Reagents must have zero to minimal Biotin interference. Ability to store onboard calibrators and controls for both chemistry and immunoassay analyzers. All QC and QC management software services will be provided by the vendor at vendor s expense. Inventory management software/hardware that allows for reagent/supplies to be scanned (RFID). This should include a way for an entire shipment to be brought into inventory without having to manually scan each box. Working humidity range between 20 80%. Automation Line Specifications: Automation line includes (minimum): 1 Input/Output module, 1 Centrifuge, 1 Decapper, 1 Recapper, 1 refrigerated specimen storage that holds at least 9,000 samples. Must be able to connect all chemistry instrumentation to an automated line. The automated line must be able to accept all size tubes, with associated caps, with minimal bar-code readers. Automation line must have input and output module that has a minimum of 10 lines/channels Ability to read Cerner Genesis and VA Vista barcodes Automation line with attached analyzers must fit within ~ 186 sq ft with limited alterations to current infrastructure. Hardware/Software features: Universal Interface configuration, to connect contractor instruments to VA VISTA and Cerner Genesis laboratory package for computerized patient record. Vendor shall provide any required additional software, licenses, cards or programming. This includes any additional Windows licenses needed for virtual servers for any server where more than 2 people are needed to remote in (example for the middleware). A de-ionized water source, supplies and service (if required for instrument operation) shall be supplied, fully maintained, and paid for by the vendor, at no additional cost to the Government. De-ionized water source that is located in-house is preferred and our current DI system is housed by the chemistry department and is provided by Virginia Water Systems. Two Chemistry and two Immunoassay instruments are required for the laboratory. The Chemistry instruments must mirror each other, with equivalent menus, utilizing the same reagent formulation to ensure correlation. The Immunoassay instruments must mirror each other, with equivalent menus, utilizing the same reagent formulation to ensure correlation. UPS must be supplied by the vendor. Maintenance and repair of UPS at no cost to the government during contract. High thru-put laser jet printers with extended paper trays, rapid printing, and memory for all analyzers. Repair covered by vendor at no cost to the government. VPN retrievable monthly CPRR test counts Any servers need to be compatible with National OIT requirements. Instrumentation and all components must meet national OIT requirements to be used in a government facility Support Features: Implementation Services for one (1) Like Instrument Replacement for a High Complexity Auto-verification Workflow. Data Innovations Consultative Service provided on a VA licensed IM to help migrate and update an existing high complexity Auto-verification Workflow for a like-instrument replacement. Cost includes modifications as needed to the existing AV rules or Specimen Management Workspace based on nuances specific to the like-instrument replacement. Assistance with implementation, testing, and go-live support is included. Service representative(s) shall provide on-site coverage 24 hours per day, 365 days per year. Required support/service response within one (1) hour of notification and, if necessary, must be able to provide onsite service within an agreed upon time frame. 24-hour hotline consultation must be available by phone for all hardware and software associated with the instrumentation The vendor shall provide all equipment, reagents, calibrators, choice of 3rd party or vendors controls, supplies, consumable/disposable items, parts, accessories, shipping costs, and any other item required to establish fully operational chemistry/immunochemistry testing system(s). Shipping costs shall be borne by the contractor and shall be included in the offer. This shall include performance of all validation studies: precision, method comparison with the current instrumentation, accuracy (recovery), linearity (reportable range), calibration verification, verification of reference range (normal range) and determination of sensitivity and specificity If future expansion of testing occurs, the vendor will perform all required studies mentioned above at no additional cost The vendor shall provide all ancillary support equipment to fully operate the instrumentation as defined in these specifications. Remote access for system troubleshooting will be provided only through a National VPN interface site to site connection. Vendor staff that have access to VA sensitive information must meet all VA requirements. Modems are no longer considered acceptable by VA Information Security Office. Contractor will provide all universal interface equipment, etc, in order to interface equipment with VA VISTA Laboratory package The vendor shall provide all software required to establish fully operational interface to VISTA. This shall include testing and validation of accurate data exchange. Maintenance and support of the interface to VISTA will be provided continuously by the vendor. The vendor is responsible for providing everything required for the installation, implementation and operation of the interface. If there are any software upgrades in the instrument during its life, or changes in the VA Medical Center computerized system, the vendor is responsible for seeing that the interface can accommodate any changes in the data stream going to or from VA s computerized patient record system and system in general. The vendor shall include all ancillary components that are customarily sold or provided with the model of equipment proposed, or needed by the Lab for efficient operations, e.g. starter kits, tables/stands, etc. The vendor shall provide access to an electronic procedure manual or an on-line procedure manual in the instrument software. The procedure shall be formulated in accordance with current, approved CLSI guidelines. All of the above requirements listed in this Statement of Work shall apply to any additional tests added during this contract Performance Monitoring Instrument performance is monitored by chemistry lab staff 24/7, 365 days a year. QC is run daily as per CAP requirements. CAP proficiency testing is run at least 2x a year for each assay. Instrument comparability s and AMR studies are done bi-annually per CAP requirements. Vendor also performs PMs and monitors the analyzers performance in the background, alerting us to potential issues before they become issues. Security Requirements Entire system solution must meet National OIT, Biomed and ISSO requirements in order to be acceptable at Martinsburg VAMC facility All systems that require data connections, servers, etc. must be disclosed on form VA Handbook 6500.6 Appendix A for review by Biomed, OIT and ISSO. Vendor will provide a proposed IT connection diagram. Service & Maintenance will follow the security requirements as per VA s Medical Device Protection Program (MDPP) which protects VA s medical devices through a comprehensive security initiative that encompasses pre-procurement assessments, medical device isolation architecture (MDIA), communication, validation, scanning, access control list remediation, patching, and secure remote connectivity Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Access to VA Information and VA Information Systems A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. Packaging, Packing and Shipping Instructions. Packaging must protect the outside surfaces from scratches and dents. Packaging must stabilize and fully secure the equipment to protect damage to the analyzer and components. Labeling must indicate position of equipment in crate to keep it righted. Reagents, Calibrators, Linearity material, QC must be shipped in accordance to manufacturer temperature requirements. Invoices should be inspected for accuracy Delivery made to VA main warehouse, Attn: Pathology & Laboratory Medicine Services. Vendor will remove items from warehouse and set-up analyzer in the laboratory at their expense. Inspection and Acceptance Criteria. Chemistry Supervisor, or designee will inspect and verify that the system has been delivered intact with no scratches or dents and that unit is not compromised. Vendor will test equipment prior to use and verify that unit is fully operational and complete verification studies. The instrumentation shall perform all analyses for the required tests seen in Appendix A. APPENDIX A Test Menu Page 11 of 13 Page 1 of Acetaminophen Albumin ALP ALT Alpha Fetoprotein Amikacin Ammonia Amphetamines -UDS Amylase Anti-Thyroglobulin AST Barbiturates -UDS Benzodiazepine UDS 2-Microglobin B-Hydroxybutyrate HCG BNP BUN Buprenorphine -UDS Calcium Cannabinoids -UDS Carbamazepine CEA Chloride Cholesterol CK CKMB CO2 Cocaine -UDS Complement C3 Cortisol Creatinine CRP Digoxin Direct Bilirubin Estradiol Ethanol EPO Fentanyl -UDS Ferritin Folate Free T3 Free T4 FSH Gentamicin GGT Glucose Haptoglobin Hepatitis A Hepatitis B Core Hepatitis B Surface AG Hepatitis B Surface AB Hepatitis C AB Hgb A1C HIV 1+2 AB/AG HDL Homocysteine IgA IGE IgG IgM Iron Lactate Dehydrogenase LDL-D LH Lactic Acid Lipase Lipoprotein A Lithium Magnesium Methadone -UDS Opiates -UDS Oxycodone -UDS PTH Phenobarbital Phenytoin Phosphorus Potassium Procalcitonin Prolactin PSA Rapid Plasma Reagin Salicylate Sodium Tacrolimus Testosterone Theophylline Thyroid Peroxidase Ab TSH Total Bilirubin Total Protein Total T3 Total T4 Traumatic Brain Injury Transferrin Triglycerides Troponin hs Uric Acid Urine BUN Urine Chloride Urine Creatinine Urine Microalbumin Urine Potassium Urine Total Protein Urine Sodium Valproic Acid Vancomycin Vitamin B-12 Vitamin D Total CSF Protein CSF Glucose Body Fluid Total Protein Body Fluid Glucose Body Fluid Lactate Dehydrogenase Body Fluid Albumin Page 13 of 13 Page 1 of Place of Performance: Department of Veterans Affairs Martinsburg VA Medical Center 500 Butler Ave., 2nd Floor, Room 2A-133 Martinsburg WV 25405 ------------------------------------------------------------------------------------------------------------------------------- The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than February 18, 2026, at 10:00AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a9ad8216ca224677a1caf1beecf7f66f/view)
 
Place of Performance
Address: Department of Veterans Affairs Martinsburg VA Medical Center 2nd Floor, Room 2A-133 510 Butler Drive, Martinsburg, WV 25405, USA
Zip Code: 25405
Country: USA
 
Record
SN07701573-F 20260131/260129230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.