6640--Allergy and Autoimmune Disease CPT Base +4 (TAM and BP)
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 8 (NCO 8), is soliciting proposals for a Cost-Per-Test (CPT) fully automated autoimmune analyzer testing system. This system, including reagents, supplies, and consumables, will support FDA-approved patient testing for VISN 08 facilities, specifically the Tampa VA Healthcare Network and the Bay Pines VA Healthcare System. The contract is a Firm-Fixed-Price, Indefinite Quantity award with a base year and four option years. Offers are due by February 10, 2026, at 9:00 AM EST.
Scope of Work
The contractor will provide and maintain fully automated autoimmune analyzer testing systems, reagents, supplies, and consumables. Equipment must be installed at the James A. Haley Veterans Hospital (Tampa, FL) and C.W. Bill Young VA Medical Center (Bay Pines, FL), with flexibility for future expansion within VISN 08. The system must offer a comprehensive test menu, including various allergy (IgE) and autoimmune disease tests, with all-inclusive CPT pricing based on tiered volume (no minimums). Specific instrumentation like the Thermo Fisher Scientific – Phadia™ 250 Analyzer and AESKU.GROUP – Helios® HTC System are mentioned for CWBY VAMC. Performance standards require reagent quality to meet College of American Pathologists (CAP) and The Joint Commission standards, and equipment must meet Clinical and Laboratory Standards Institute (CLSI) guidelines for accuracy, linearity, precision, and sensitivity.
Contract Details
- Type: Firm-Fixed-Price, Indefinite Quantity
- Period of Performance: Base period from February 9, 2026, to February 8, 2027, with four one-year option periods extending through February 8, 2031.
- Product Service Code (PSC): 6640 (Laboratory Equipment And Supplies)
- NAICS Code: 334516 (Analytical Laboratory Instrument Manufacturing)
- Set-Aside: Unrestricted, with specific clauses related to small business concerns.
Submission & Evaluation
Proposals are due via email to Paul.Jarrett@va.gov by February 10, 2026, at 9:00 AM EST. Questions were due by January 30, 2026. Evaluation will consider Technical Acceptability (go/no-go), Past Performance (more important than price), and Price. Key submission components include a signed SF1449, Contract Administration Data, a completed and updated Price Schedule (from Amendment 0001), and necessary items for CPT compliance. Pricing for any additional tests should be provided on a separate document.
Special Requirements
The contractor is responsible for system installation, maintenance coordination, and supply procurement. This includes full on-site technical support (Mon-Fri, 8am-5pm), 24/7 telephone support, and a 24-hour on-site response for emergency repairs. The system must interface with the Lab Information System (LIS) and comply with VA data security and privacy regulations. Initial analyzer delivery is required within 14 days of award.