6550--Reagents and Consumables for Laboratory Tests. This is for Puget Sound VA Medical Center
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), Network Contracting Office 20, is soliciting proposals for Reagents and Consumables for Laboratory Tests to support the Puget Sound VA Medical Center in Seattle and Tacoma/American Lake, WA. This opportunity requires comprehensive solutions including instrumentation, associated supplies, maintenance, and support services. Proposals are due February 9, 2026, at 1:00 PM Pacific Time.
Scope of Work
This solicitation seeks contractors to provide laboratory instruments with random access capability, capable of performing the complete test profile for the VA Puget Sound Healthcare System. The scope includes a continuously stocked inventory of reagents, standards, controls, supplies, disposables, validation materials, and all other items necessary for proper equipment operation. The pricing model is based on a Cost Per Reportable Result (CPRR), encompassing five-year equipment use, all consumables, maintenance, and training for government personnel.
Specific requirements detail the provision of new primary analyzers with sufficient capacity and throughput, FDA approval, and the option for backup analyzers. For the Seattle location, a specimen processing automation line, specimen management system, and integrated clinical laboratory chemistry/immunochemistry instrumentation are required. The contractor must also provide a robust middleware management system compatible with VA LIS, including hardware, software, technical support, and rule-writing applications for workflow management and quality improvement.
Key Requirements
- Instrumentation: New primary analyzers, FDA approved, with random access capability, sufficient capacity, and throughput. Seattle location requires a specimen processing automation line, specimen management system, and integrated clinical laboratory chemistry/immunochemistry instrumentation.
- Supplies: Continuous inventory of all reagents, standards, controls, consumables, and replacement parts. Emergency supply delivery within 24 hours.
- Middleware: HL7 compatible, bidirectional interface with VA LIS, Data Innovations or compatible, including server(s), software, 24/7 technical support, and training. Must support rule writing, reporting, QC data transmission, and inventory management.
- Performance & Validation: Method performance/validation (correlation, AMR, precision, sensitivity, specificity, carryover) and reference range determination must adhere to CLSI/CAP guidelines.
- Maintenance & Support: Comprehensive preventative maintenance, emergency repair services (24-hour response for Seattle, 1 business day for American Lake), 98% uptime guarantee, and hardware/software upgrades at no additional cost.
- Training: Key operator training, basic onsite training for all shifts, and annual training.
- Compliance: Adherence to HIPAA Business Associate Agreement (BAA) requirements, waste characterization and disposal regulations (40 CFR Part 261, EPA, OSHA, RCRA), and VA records management policies.
Contract & Timeline
- Type: Solicitation
- Set-Aside: None specified
- Response Due: February 9, 2026, 1:00 PM Pacific Time (Los Angeles, USA)
- Published Date: February 3, 2026
- Contracting Office: Network Contracting Office 20 (36C260)
Submission & Contact
Bidders are directed to review the detailed Statement of Work and Attachment A (FY26 TEST MENU AND TOTAL COUNT.xlsx) for specific test menus and annual volumes. All inquiries should be directed to the primary point of contact.
- Point of Contact: Hector D Gonzalez, Contract Specialist, hector.gonzalez1@va.gov