6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
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 15, is soliciting proposals for a Cost per Test (CPT) agreement for Automated Erythrocyte Sedimentation Rate (ESR) Analyzers. This single-award, firm-fixed-price contract will provide new equipment, reagents, and comprehensive support for clinical laboratories across VISN 15 facilities. Quotes are due by January 23, 2026, at 10:00 AM CST.
Scope of Work
This procurement establishes a CPT agreement for Automated Erythrocyte Sedimentation Instrumentation. The contractor will be responsible for:
- Acquiring and installing new, FDA-approved ESR equipment for VISN 15 facilities.
- Providing a continuously stocked inventory of all necessary reagents, standards, controls, supplies, and disposables.
- Ensuring equipment meets CLIA and CLSI performance standards for accuracy and precision.
- Delivering, installing, and removing equipment at no additional charge.
- Performing all required validation studies (correlation, AMR, precision, sensitivity, specificity, reference range) at no cost to the Government.
- Providing comprehensive training for VA personnel upon installation and annually thereafter.
- Offering 24/7 technical assistance with a 1-hour callback response and a 24-hour repair response time.
- Characterizing and documenting hazardous waste produced by equipment and reagents, ensuring compliance with EPA and state regulations.
- Providing hardware, software, and support for bi-directional interfacing with VA laboratory information systems (Oracle Health/Cerner).
- Providing upgrades to hardware, interface, and software at no additional charge as they become commercially available.
Contract & Timeline
- Type: Single Award, Firm-Fixed Price, Cost per Test (CPT) agreement.
- Duration: Base year (05/01/2026 – 04/30/2027) with 5 ordering periods.
- Set-Aside: None specified.
- Response Due: January 23, 2026, 10:00 AM CST.
- Published: January 14, 2026.
- Implementation: Equipment installation and initial training must be completed within 90 days of award.
Requirements & Performance
- Equipment must have random access capability, a small footprint, and maintain or reduce labor requirements.
- Operational features include QC data management with Levy-Jennings graphs, on-board reagent inventory management with barcoding, primary tube sampling, continuous specimen loading, short sample detection, and the ability to test 0.5 ml whole blood samples.
- Interface requirements include compatibility with VA systems, support for multiple barcode formats (Code 39, Code 128), and a bi-directional HL7 interface with Dual TCP/IP capability.
- Equipment must maintain an uptime of 90% each month.
- The CPT price must be all-inclusive, covering equipment use, all supplies, maintenance, and training.
- A Business Associate Agreement (BAA) is not required for these specific instruments as they do not handle Protected Health Information (PHI), but an ISA/MOU may be required depending on network connectivity.
Additional Notes
Title to the equipment remains with the Contractor, who is responsible for its removal upon expiration or termination. The contractor must provide an implementation plan not exceeding 90 days for transition.