J065--Cell Sorter Preventive Maintenance
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 for market research to identify qualified contractors capable of providing preventative maintenance services for a BD FACSJazz Fluorescence Activated Cell Sorter at the VA Greater Los Angeles Healthcare System in Los Angeles, CA. Responses are due by April 29, 2026, at 10:00 AM PST.
Purpose
This is a Sources Sought Announcement for market research purposes only. It is not a solicitation, request for proposals, or quotes, and does not obligate the Government to award a contract. The VA aims to gather information on potential businesses interested in and capable of providing the described services to inform future acquisition decisions.
Scope of Work
The contractor will provide preventative maintenance inspections for the BD FACSJazz Fluorescence Activated Cell Sorter. Key requirements include:
- Authorized Provider: Vendor must be an authorized service provider for BD Biosciences.
- On-site Service: A Field Service Representative must perform inspections, with full access to the instrument.
- Maintenance Tasks: Evaluate instrument performance, provide a preventative maintenance kit (if applicable), and perform calibrations, alignments, lubrication, and part replacements as necessary to maintain technical specifications.
- Parts: Contractor must supply all parts for repairs, returning defective parts to BD Biosciences.
- Labor: A minimum of 8 hours of labor and travel combined per service visit.
- Market Research Rates: General pricing information is requested, including an hourly labor/travel rate of $620.00 (minimum 4 hours billing), an overtime rate of $930.00/hour, and a premium response service rate of $3,000.00 for a 2-business day response.
Submission Requirements
Interested and capable businesses must submit the following via email to Ositadima.ndubizu@va.gov by the deadline:
- Company Name, Address, and Point of Contact.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business).
- Confirmation of small business status under NAICS code 811210 ($34 million).
- Details of any existing federal contracts (e.g., GSA FSS, SEWP, NAC), including contract type and number.
- Confirmation if the referenced items/solutions are available on existing schedules/contracts.
- General pricing for products/solutions for market research.
- A capability statement addressing qualifications and ability to perform the work.
Eligibility & Set-Aside
The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). If insufficient SDVOSB responses are received, an alternate set-aside or full and open competition may be determined. Prospective bidders must be authorized resellers. All offerors must be registered in SAM.gov, and SDVOSB/VOSB must also be registered with the VA VetBiz Registry at www.vip.vetbiz.gov.
Contract & Timeline
- Opportunity Type: Sources Sought
- NAICS Code: 811210 (Size Standard: $34 million)
- Response Due: April 29, 2026, 10:00 AM PST
- Published Date: April 24, 2026
Additional Notes
Responses to this notice will not be reimbursed and will not be considered adequate responses to any future solicitation. No sub-contracting opportunities are anticipated.