6550--NEW - STX Core Lab QC Consumables

SOL #: 36C25726Q0381Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
257-NETWORK CONTRACT OFFICE 17 (36C257)
San Antonio, TX, 78240, United States

Place of Performance

San Antonio, TX

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

In Vitro Diagnostic Substances, Reagents, Test Kits And Sets (6550)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 28, 2026
2
Submission Deadline
May 8, 2026, 3:00 PM

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), specifically the VISN 17 Network Contracting Office (NCO 17), is soliciting proposals for In-Vitro Diagnostic (IVD) Quality Control (QC) Reagents, Consumables, and Associated QC Data-Management Software. This requirement supports the Core Laboratory at the Audie L. Murphy VA Hospital in San Antonio, TX, and the Kerrville VA Medical Center in Kerrville, TX. The acquisition is for a Single-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with Firm-Fixed-Price delivery orders, with an estimated maximum ceiling of $1,310,704.58 over five years. Proposals are due Friday, May 8, 2026, at 10:00 AM Central Time (CT).

Scope of Work

The contractor will provide IVD QC reagents and consumables, along with the renewal of associated QC data-management software (Bio-Rad Unity Real Time or equal). These materials and software are critical for patient testing on installed Beckman Coulter AU 5800 (clinical chemistry), Beckman Coulter DxI 800 (immunoassay), and Tosoh HbA1c analyzers, ensuring compliance with CLIA standards. Key requirements include:

  • QC Reagents: FDA-cleared, human-derived matrix, ready-to-use liquid format, specified stability, package volumes, analyte coverage, commutability, and traceability.
  • QC Software: Local/on-premises deployment, native bidirectional interfaces with Data Innovations Instrument Manager and Tosoh HbA1c, multi-rule/Levey-Jennings statistical QC, interlaboratory peer-group program, multi-site reporting, and compliance with VA TRM and Section 508/VPAT.
  • Delivery & Service: Next-business-day delivery (FOB Destination) to both San Antonio and Kerrville sites, lot sequestration for 12-month ordering periods, and 24-hour emergency replacement capability.

Contract Details

  • Solicitation Number: 36C25726Q0381
  • Contract Type: Single-Award IDIQ with Firm-Fixed-Price delivery orders.
  • Period of Performance: A 12-month base ordering period plus four 12-month option periods, totaling five years.
  • Estimated Maximum Ceiling: $1,310,704.58 (inclusive of base and all option periods).
  • Guaranteed Minimum Obligation: $13,000.00.
  • Set-Aside: Unrestricted (Open Market, Full and Open Competition). However, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) participation will be evaluated as a non-price factor under VAAR 815.304-71.
  • NAICS Code: 325413 (In-Vitro Diagnostic Substance Manufacturing), Size Standard: 1,250 employees.
  • Procurement: "Brand Name or Equal" (Bio-Rad Laboratories, Inc. products referenced).

Submission & Evaluation

  • Response Due: Friday, May 8, 2026, 10:00 AM Central Time (CT).
  • Questions Due: Friday, May 1, 2026, 2:00 PM Central Time (CT).
  • Submission Method: Email to the Contracting Officer, Ognian D. Ivanov (ognian.ivanov@va.gov), with the subject line "RFQ 36C25726Q0381 Quotation [Offeror Name]".
  • Evaluation Basis: Lowest Price Technically Acceptable (LPTA) source-selection process.
  • Evaluation Factors: Technical Acceptability (conformance to salient characteristics), Past Performance, SDVOSB/VOSB Participation (non-price credit), and Price.
  • "Equal" Offers: Offerors proposing "equal" products must complete and submit a Compliance Matrix (Attachment 5) and provide substantiating documentation (e.g., FDA 510(k) clearance, Instructions for Use, commutability data, VA TRM listing, VPAT/Section 508 documentation).
  • Registration: Offerors must be registered and active in SAM.gov.

Point of Contact

Ognian D. Ivanov, Contract Specialist, ognian.ivanov@va.gov.

People

Points of Contact

Ognian D. IvanovContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 28, 2026
6550--NEW - STX Core Lab QC Consumables | GovScope