6640--Microtome
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) is conducting a Sources Sought to identify qualified firms capable of providing a manual microtome for the Minneapolis VA Health Care System. This is a full and open competition aimed at determining the availability of domestic made products. Responses are due April 17, 2026.
Scope of Work
The Minneapolis VA Health Care System (MVAHCS) Pathology and Laboratory Department requires one manual microtome for preparing high-quality ultra-thin tissue specimens. The requirement is Brand Name or Equal to the Leica HistoCore BIOCUT Config. 1 (Part #: 149BIOG00C1). Key characteristics include:
- Manual mechanical rotary operation with silent retraction.
- Capable of producing tissue slices between 1 to 60 µm thick.
- Smooth-running hand wheel with rocking mode and full rotation.
- 2-in-1 blade holder and quick clamping system for specimen clamps.
- Universal cassette clamp and antistatic waste tray.
- Dimensions not to exceed 25” D X 19” W x 14” H.
Delivery is required within 60 days of award to the VA Medical Center, Bldg. 70, Warehouse (90D), One Veterans Drive, Minneapolis, MN 55417. Installation must be completed by the contractor, and a 12-month warranty is required.
Contract & Timeline
- Type: Sources Sought / Market Research (Full and Open Competition)
- NAICS Code: 334516, Analytical Laboratory Instrument Manufacturing (Size Standard: 1,000 employees).
- Potential Applicability: Nonmanufacturer Rule (FAR 52.219-33).
- Response Due: April 17, 2026, 4:00 PM Central Time.
- Published: April 10, 2026.
Evaluation
Responses will be used by the Government to make appropriate acquisition decisions and determine the industry's ability to perform or provide these requirements, specifically focusing on the availability of domestic products. This is not a solicitation, and a response does not guarantee a future award.
Additional Notes
Interested firms must submit:
- Organization name, UEI, address, socioeconomic category, email, website, and phone.
- Capability statement demonstrating expertise and ability to meet SOW requirements, including a specification sheet for the equipment.
- Copies of agreements with manufacturers/companies for product authorization.
- Small Business respondents must indicate estimated subcontracting percentages.
- Identify if your organization is the manufacturer; if not, identify the manufacturer and their socioeconomic category.
- Complete FAR Provision 52.225-2(b) Buy American Certificate for country of origin.
- State if supplies can be ordered against existing government contracts (e.g., FSS, GSA).
- Provide estimated shipping and delivery information (lead time).
All information is preliminary and subject to modification. The Government will not pay for information submitted.