6640--VISN 15 Path and Lab Immunohistochemistry Analyzers STL & KC (VA-26-00035678)
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), specifically VISN 15, is conducting a Sources Sought Notice for market research to identify qualified businesses capable of providing fully automated Immunohistochemistry (IHC) and In-Situ Hybridization (ISH) stainer instrumentation and associated reagents. The VA intends to establish a Firm Fixed-Price Blanket Purchase Agreement (BPA) for these services, likely on a Cost Per Test basis. Responses are due March 10, 2026, at 3:00 PM Central Time.
Scope of Work
The requirement includes providing primary and backup automated IHC and ISH stainer instrumentation, along with all associated reagents, controls, and supplies. Key operational features include automation of staining steps, short turnaround times (<=90 minutes), STAT slide capability, continuous access, and processing of at least 60 slides per run. Technical requirements specify a wide range of antibodies, detection kits, and Kappa/Lambda DNA/RNA probes. Services also encompass continuous inventory stocking, emergency supply handling (24-hour delivery), preventative maintenance, and repair services with a 24-hour response time. Implementation and initial training must be completed within 60 days of BPA award. Documentation for hazardous waste characterization is also required.
Contract & Timeline
- Type: Sources Sought (Market Research) for a future Firm Fixed-Price Blanket Purchase Agreement (BPA).
- Term: Anticipated one base year plus four one-year options, with an initial two-year period from May 10, 2026, to May 9, 2028.
- Award: Single vendor award is anticipated.
- Published: March 3, 2026.
- Response Due: March 10, 2026, 3:00 PM CST.
Submission Requirements
Interested parties must submit responses via email to michael.murphy7@va.gov with the subject line "36C25526Q0238 Lab Analyzers". Submissions must include:
- Company Name, Address, Point of Contact, Phone, Fax, Email.
- UEI number, CAGE Code, Tax ID Number.
- Business size status (SDVOSB, VOSB, Hubzone, WOSB, Large Business) and small business status under the NAICS code.
- Manufacturer, distributor, or equivalent solution status.
- Subcontracting plans (if applicable).
- Existing federal contracts (FSS, GSA, NAC, NASA SEWP) and availability of items on schedule.
- General pricing for market research.
- A comprehensive statement of capability addressing all requirements (a) through (s).
- A Cerner Compatibility Statement (CCS) from the OEM is mandatory for devices connecting to the network, dated within 60 days of the quote.
Eligibility & Notes
This is a market research notice only and does not guarantee a solicitation or contract award. The government will not pay for response preparation. A total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms is anticipated, but an alternate set-aside or full and open competition may be considered if SDVOSB response is inadequate. An active SAM.gov account is required.