6550--Chemistry Cost-per-test (VA-27-00000260) Sources Sought
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is conducting a Sources Sought to identify qualified sources for Chemistry Cost Per Test services at the Martinsburg VA Medical Center, WV. This includes providing new clinical chemistry and immunochemistry analyzers, an automated track solution, and a refrigerated storage unit. Responses will inform future acquisition decisions. Responses are due February 18, 2026, at 10:00 AM EST.
Scope of Work
The Martinsburg VA Medical Center requires an all-inclusive Cost Per Reportable (CPR) contract for chemistry testing. The vendor will provide two clinical chemistry analyzers, two immunochemistry analyzers, an automated track solution system, and a refrigerated storage unit for the Pathology and Laboratory Medicine Services (PALMS) laboratory. Services include delivery, installation, configuration, and disposal of equipment, provision of a water system, and comprehensive training for users.
Key Requirements
- Equipment: Two clinical chemistry analyzers (65+ reagent slots, 1300+ tests/hr), two immunochemistry analyzers (45+ reagent slots, 150+ tests/hr), automated track solution (input/output, centrifuge, decapper, recapper, 9000+ sample refrigerated storage), and a refrigerated storage unit.
- Functionality: Analyzers must have >95% uptime, continuous random access, CLIA/CLSI precision, STAT interrupt, ergonomic workstations, compatibility with Cerner Genesis and VA Vista barcodes, automated reflex/dilutions, minimal carryover/startup/maintenance, and continuous loading.
- Hardware/Software: Universal Interface for VA VISTA and Cerner Genesis, vendor-provided DI water, UPS, high-throughput laser jet printers, VPN retrievable monthly CPRR test counts, and compliance with National OIT requirements.
- Support: 24/7 on-site coverage, 1-hour response time, 24-hour hotline, vendor-covered shipping, validation studies, ancillary equipment, and interface maintenance.
- Security: Adherence to National OIT, Biomed, ISSO requirements, VA Handbook 6500.6, and VA's Medical Device Protection Program (MDPP).
Submission Requirements
Interested parties should provide:
- Company name, address, point of contact.
- Size status (e.g., SDVOSB, VOSB, WOSB, Large Business) and small business status under NAICS 334516.
- Manufacturer or distributor status, including country of origin and any alterations if a distributor.
- FSS/GSA/NAC/NASA SEWP or other federal contract details.
- General pricing for market research.
- Clear and compelling capabilities demonstrating adherence to all salient characteristics or "equal to" items.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- Response Due: February 18, 2026, 10:00 AM EST
- Published: January 29, 2026
- NAICS: 334516 (In Vitro Diagnostic Substances, Reagents, Test Kits And Sets)
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation. Responses are not offers and cannot be accepted to form a binding contract.