6632--BACTERIAL ID & SUSCEPTABILITY TESTING
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.
The Department of Veterans Affairs, James J. Peters Veterans Affairs Medical Center, intends to award a sole-source, firm fixed-price contract to Becton, Dickinson, and Company (BD), in accordance with FAR Subpart 6.302-2.
This requirement is a logical follow-on interim contract from the Bacterial ID & Susceptibility Testing to ensure continuity of patient care at the James J. Peters VA Medical Center. The contract will cover consumables and supplies needed to produce cost-per-kit (CPK) and for the continued usage of contractor-owned equipment currently on-site.
VA personnel utilize the equipment and consumables to perform in-house testing of the Bacterial ID & Susceptibility CPK services. The NAICS is 334516, with a small business size standard of 1,000 employees.
The current contract with Becton, Dickinson, and Company (BD) will expire on March 31, 2026. James J. Peters VAMC requires an interim contract from the Bacterial ID & Susceptibility Long Term Agreement to ensure continuity of patient care. Hence, this contract is required to avoid unnecessary interruption to the medical facilities.
This notice of intent is not a request for competitive proposals, and no solicitation will be made available. Any responses received no later than COB January 23, 2026, will be considered for the purpose of determining sources for future procurements. The Government will not pay for information submitted. Any information submitted in response to this notice of intent is strictly voluntary.
This will be the only notice of the Government's intent to solicit, negotiate, and award to one source to satisfy this requirement.