6632--VISN Tissue Processors
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 22, is issuing a Request for Information (RFI) / Sources Sought for VISN Tissue Processors. This RFI aims to identify qualified sources capable of providing new, current model tissue processors and associated service/maintenance agreements for multiple VA facilities within VISN 22. Responses are due March 23, 2026, at 07:00 Pacific Time.
Scope of Work
The VA seeks to procure new, current model Tissue Processors for Histology Departments at various VA facilities. These instruments are intended for processing human tissue specimens for both clinical and research histology. The acquisition specifically excludes contractor IT devices connecting to the VA network and instruments that store data or accept patient demographic information. A service and maintenance agreement is required to commence immediately after the warranty period.
Key Requirements
- Tissue Processors: Must be new, current models with internal software for performance monitoring, continuous vital function monitoring, reagent rotation management, and ability to use non-proprietary reagents. Capacity for 600 cassettes (e.g., 2x300 or 1x600), with detailed volume capacity for different tissue types. Features like automated reagent reconstitution, automatic solution transfer, temperature-controlled retort, xylene-free processing, and filtering systems are required. Dual retorts and closed systems are preferred.
- Uninterruptible Power Supply (UPS): One UPS per instrument, line-interactive with line conditioning, minimum 20 minutes power after failure, automatic controlled shutdown, audible alarms, and display for battery status.
- Documentation: Procedure, troubleshooting, and operator manuals; environmental requirements; maintenance schedules (user vs. manufacturer); system dimensions; utility requirements; and environmental impact details.
- Support Services: Manufacturer-provided service and technical support Monday-Friday, 8:00 am to 4:30 pm local time.
- Delivery: 90 days After Receipt of Order (ARO) for delivery and installation.
Information Requested from Vendors
Interested sources should provide:
- Company name, address, point of contact, and business size status (e.g., SDVOSB, VOSB, Hubzone, WOSB, Large Business) under NAICS 334516.
- Confirmation of being a manufacturer, authorized distributor, or provider of an equivalent solution, including manufacturer details.
- Details on U.S. origin of end products (at least 55% component cost).
- Information on existing Federal Government contracts (FSS, GSA, NASA SEWP) and availability of solutions on these contracts.
- General pricing for market research.
- A capabilities statement demonstrating ability to meet salient characteristics or provide "equal to" items.
- Feedback or suggestions on the Statement of Work (SOW).
- SAM.gov Unique Entity ID/Cage Code.
Submission Details
Responses must be submitted via email to Marcos.Diaz@va.gov. The RFI number 36C26226Q0490 must be referenced in the email subject line. Telephone responses will not be accepted. Responses are due by March 23, 2026, at 07:00 Pacific Time (Los Angeles, USA).
Important Notes
This is for information and planning purposes only and is not a solicitation. Responses will not be considered offers and do not guarantee a future solicitation. All information received will be handled as proprietary if marked. Responders are responsible for all associated costs.