J066--NEW - CTX Sysmex New Base +2 Service Contract

SOL #: 36C25726Q0327Special NoticeSole Source

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
257-NETWORK CONTRACT OFFICE 17 (36C257)
San Antonio, TX, 78240, United States

Place of Performance

Place of performance not available

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 25, 2026
2
Action Date
Mar 5, 2026, 4:00 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), Network Contracting Office (NCO) 17, intends to award a firm-fixed-price contract on a sole source basis to Sysmex America, Inc. for a Flow Cytometer System and an extended service contract for existing Sysmex equipment. This procurement is for WBC Immunophenotype and T-Lymphocyte Subset testing. Capabilities statements are due March 9, 2026, by 10:00 AM CST.

Scope of Work

The contractor shall provide a comprehensive Flow Cytometer System compatible with the Sysmex PS-10 Sample Processing Unit, featuring on-board inventory management, walkaway automation, a minimum 30,000 events/second acquisition rate, 10-color analysis capability, and clinical report analysis software (LMD/FCS compatible). The system must include ancillary hardware (UPS, Monitor, CPU, Printer, Scanner, Auto-Handler, QR printer).

Report software must be compatible with Data Innovations and VistA, run on Windows 10, allow re-gating, and have FDA/IVD or RUO clearance. Testing capabilities include CD4/CD8 (FDA/IVD preferred), WBC Immunophenotype, and a full CD marker panel with a minimum 6-month expiration.

Services include delivery, installation, and validation within 90 days of award per The Joint Commission (TJC) guidelines, including LIS interface setup. Maintenance and support cover preventative maintenance, telephone technical support, on-site repair with same-business-day dispatch, and all parts/labor. Training includes three Basic Operator, three Multicolor Flow Cytometry, and one additional annual class, with materials provided.

Existing Sysmex equipment to be serviced includes: Sysmex XF-1600-10 (SN: A1023), Sysmex XF-IPU (SN: SMX1019F31809), and Sysmex PS-10 (SN: 1910009588).

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: One (1) base year with two (2) option years
  • Set-Aside: N/A – Sole Source
  • Response Due: March 9, 2026, by 10:00 AM CST
  • Published Date: February 25, 2026

Evaluation

This is a Notice of Intent to Sole Source under FAR 6.302-1 (Only One Responsible Source). The VA states Sysmex equipment is proprietary, requiring OEM-trained technicians, compliance with the Medical Equipment Management Plan (MEMP), warranty-compliant service, and seamless integration with existing Sysmex systems and LIS. Third-party vendors are deemed unable to provide the necessary OEM certification, technical knowledge, or validated compatibility, posing risks to patient safety and regulatory compliance.

Interested parties believing they can meet the requirements must submit a capabilities statement including: evidence of OEM authorization/certification from Sysmex, demonstration of compatibility with Sysmex PS-10, technical specifications showing equivalency, FDA/IVD clearance for CD4/CD8 testing, proof of interface with Data Innovations and VistA, documentation of previous VA/Federal laboratory installations, and availability of required CD marker reagents.

Additional Notes

This acquisition is for commercial services under FAR Part 12. This is not a request for proposals; responses will determine if the sole source award proceeds or if full and open competition is pursued. The 10-day response period complies with FAR 5.203 for commercial services.

People

Points of Contact

Ognian D. IvanovContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Feb 25, 2026
J066--NEW - CTX Sysmex New Base +2 Service Contract | GovScope