BD SOLE SOURCE FOR IMMUNOCYTOMETRY FACSCALIBUR FULL SERVICE CONTRACT
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 the Iowa City VA Hospital, intends to award a Firm-Fixed Price (FFP) sole-source contract to Becton, Dickinson and Company (BD) for Immunocytometry FACSCalibur Full Service Maintenance. This is a special notice, not a request for competitive quotes. Interested vendors must demonstrate their capability and provide documentation from BD confirming authorized distributor status by February 9, 2026, 10:00 AM CST, to be considered for a potential competitive procurement.
Scope of Work
The contract requires comprehensive equipment coverage, preventative maintenance, 24-hour emergency on-site service, software revisions, and telephone support. This covers BD FACSCanto, FACSCalibur, FACSLoader, FACSLyric, and Universal Loader equipment at the Iowa City VA Medical Center.
Contract & Timeline
- Type: Firm-Fixed Price (FFP)
- Duration: One base year with two (2) one-year option periods
- Set-Aside: None (Intent to Sole Source)
- NAICS: 811210 (Electronic and Precision Equipment Repair and Maintenance) - Small business size standard: $34.0 million
- PSC: J065 (Maintenance, Repair, and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies)
- Response Due: February 9, 2026, 10:00 AM CST
- Published: January 27, 2026
Sole Source Justification
The VA justifies this sole-source action under FAR 13.106-1(b), citing Becton, Dickinson and Company as the proprietary developer and sole service provider for the required services. Market research, including a prior sole-source posting, revealed that BD asserts proprietary rights, refusing to sell parts to third-party service companies or authorize their service dealers. The equipment is highly sensitive, with potential for serious patient harm if malfunctioning, reinforcing the need for OEM-authorized service.
Response Requirements
Interested sources must submit a capability statement including:
- Company name, address, primary contact(s), e-mail address, and phone number.
- A letter from Becton, Dickinson and Company (OEM) confirming authorized distributor status.
- SAM UEI number.
- Business size and socio-economic status (e.g., large, small, SDVOSB, WOSB, etc.).
- Indication of whether the firm has required supplies on Schedule (FSS, GSA, SEWP, other).
- If a socio-economic small business not on a Schedule, state if the firm is a Non-Manufacturer under the Non-Manufacturing Rule.
Submission Details
All responses must be emailed to Becky De Los Santos at becky.delossantos@va.gov with the subject line "36C26326Q0308 BD Maintenance Service". The Government will review responses to determine if a competitive procurement is feasible.