6640--Brand Name or Equal Molecular Diagnostic Systems

SOL #: 36C25726Q0481Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
257-NETWORK CONTRACT OFFICE 17 (36C257)
San Antonio, TX, 78240, United States

Place of Performance

Harlingen, TX

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 21, 2026
2
Submission Deadline
May 5, 2026, 5:00 PM

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), specifically the Texas Valley Coastal Bend Healthcare System (TXVCBHCS), is soliciting proposals for four (4) Brand Name or Equal Molecular Diagnostics Testing Systems. These systems are required for molecular testing at four Pathology & Laboratory Medicine Service (P&LMS) locations: Harlingen, McAllen, Corpus Christie, and Laredo, TX. The acquisition is Unrestricted, and proposals are due by May 5, 2026, at 1:00 PM EDT.

Scope of Work

The requirement is for Molecular Diagnostic Testing Systems capable of identifying pathogens by detecting their unique genetic material (DNA or RNA) using Polymerase Chain Reaction (PCR) techniques. The systems must meet or exceed the specifications of the Cepheid GeneXpert Express System. Each system must include all necessary software, an Uninterruptible Power Supply (UPS), a printer, technical support, customer training, and a business hours service plan.

Key technical requirements include:

  • FDA-cleared, touchscreen, compact instruments capable of running up to four tests simultaneously.
  • Automated sample extraction, PCR amplification, and detection using self-contained cartridges.
  • Bi-directional interface with Laboratory Information System (LIS) and point-of-care data managers.
  • System monitoring, reporting, remote IT troubleshooting, built-in barcode scanner, and full-size touchscreen.
  • A comprehensive test menu including COVID-19, Influenza, RSV, Strep A, GI Panel, and Chlamydia trachomatis/Neisseria gonorrhoeae, with results available within one hour.
  • Technology to prevent sample carryover and closed cartridge technology.
  • Connectivity with VistA via Data Innovations.
  • Specific dimensions (21” W x 30” D x 36” H) and power requirements (100-240 VAC, 50-60 Hz).
  • Installation services, test validation support, technical support, LIS interface setup, instrument repairs, preventive maintenance, and operator training.
  • Delivery of systems within ten (10) business days after award.
  • A standard commercial warranty with unlimited technical support, remote access, instrument repair/parts coverage, two (2) business day onsite response, and one (1) annual onsite preventive maintenance check.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation (RFQ) for commercial items.
  • Set-Aside: Unrestricted.
  • NAICS Code: 334516 (Analytical Laboratory Instrument Manufacturing) with a 1000-employee size standard.
  • Product Service Code: 6640 (Laboratory Equipment And Supplies).
  • Place of Performance: Harlingen, McAllen, Corpus Christie, and Laredo, TX.

Submission Requirements

Offerors must submit:

  • A price quote detailing unit, extended, and total prices, including all components for fully operational systems and manufacturer/offeror item numbers. Shipping, installation, and training costs should be labeled as Not Separately Priced (NSP) if included.
  • Completed Trade Agreement Certificate (RFO Provision 52.225-6) and Small Business Representation (RFO Provision 52.219-1).
  • A description of the proposed Molecular Diagnostic Instruments meeting SOW requirements.
  • Documentation demonstrating compliance with the SOW and technical evaluation criteria (FAR 52.212-2), which can include direct comparison or product literature.
  • An OEM authorization letter if the vendor is not the Original Equipment Manufacturer.
  • Estimated delivery timeframe after receipt of award. Technical questions are due by April 28, 2026, at 1:00 PM EST, via email to Kathryn Prose (kathryn.prose@va.gov). Offers must also be submitted via email to the same contact.

Evaluation Criteria

The Government will use a comparative evaluation process (RFO 12.203(c)(2)) to determine the most advantageous offer, considering:

  • Technical: Equipment capabilities, warranty, training, installation services, and estimated delivery timeline.
  • Price: Reasonableness, completeness, and fairness, compared against the Independent Government Estimate and other offers. The Government reserves the right to consider offers that exceed minimum requirements if they provide additional benefit. Award is intended without discussions.

Contact Information

Contracting Officer: Kathryn Prose Email: kathryn.prose@va.gov Phone: (254) 217-2835

People

Points of Contact

Kathryn ProseContracting OfficerPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
6640--Brand Name or Equal Molecular Diagnostic Systems | GovScope