6640--IHC Instruments, Reagents, and Supplies

SOL #: 36C25226Q0212Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Place of performance not available

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Jan 30, 2026, 3:00 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), Great Lakes Acquisition Center, is soliciting proposals for Immunohistochemistry (IHC) / In-situ Hybridization (ISH) Staining Systems, Reagents, and Supplies. This is a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, open to full and open competition. The procurement aims to acquire two automated staining systems for VA hospitals in Hines, IL, and Milwaukee, WI, along with associated reagents and consumables. Proposals are due January 31, 2026, 09:00 AM Local Time.

Scope of Work

The contractor will provide two automated IHC/ISH staining systems, one for Edward Hines, Jr. VA Hospital and one for Clement J. Zablocki VA Medical Center. The scope includes delivery, installation, comprehensive training for a minimum of two employees, a 12-month warranty on parts and labor, and ongoing maintenance and repair services. Systems must meet CLIA and CLSI performance standards and possess specific technical features such as DAB/red chromogen/dual/parallel staining, ISH protocols, a maximum 35-inch width, UPS, walk-away capability, case information tracking, and a throughput of at least 60 slides per eight-hour shift. On-board deparaffinization and pretreatment, low daily/weekly maintenance, reagent level detection, and compatibility with existing antibody menus are also required. The contractor must also provide all ancillary support equipment and manuals. Attachment A provides estimated annual volumes for reagents and supplies, though these volumes are not guaranteed.

Contract & Timeline

  • Contract Type: Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ)
  • Period of Performance: Five years, comprising one base year and four one-year ordering periods.
  • Guaranteed Minimum: $250,000
  • Contract Maximum: $2,500,000.00 across all periods
  • Set-Aside: Full and Open Competition
  • NAICS Code: 334516 (Small Business Size Standard: 1000 employees)
  • FSC/PSC: 6640 (Laboratory Equipment And Supplies)
  • Proposal Due: January 31, 2026, 09:00 AM Local Time
  • Published Date: January 21, 2026

Submission Requirements

Offerors must submit commercial literature detailing how proposed solutions meet or exceed specifications, comprehensive pricing for all available antibodies, reagents, and consumable supplies, and an implementation plan. The implementation plan should cover the timeline for delivery, installation, validation reagents/supplies, method validation testing, data analysis, and training. An operator's manual for all proposed equipment is also required. All quotes must be sent via email to brandon.harris@va.gov.

Evaluation Criteria

Award will be based on a comparative evaluation of quotes, seeking the best benefit to the Government at a reasonable price. Evaluation factors include price and technical capabilities, with technical factors encompassing instrumentation (number, type, throughput, footprint, integration), reportable parameters (breadth of menu), efficiency of operation (maintenance, service, data management, inventory, customization), and the proposed implementation plan (timeline, training, method validation). Offerors must have current SAM registration.

People

Points of Contact

Brandon HarrisContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View