Opportunity

SAM #36C24226Q0474

Sole Source Extension for VA Chemistry and Immunoassay Laboratory Services

Buyer

VA Network Contract Office 02

Posted

March 25, 2026

Respond By

March 31, 2026

Identifier

36C24226Q0474

NAICS

334516, 621511

This opportunity involves a sole source contract modification for Chemistry and Immunoassay laboratory services at several VA Medical Centers in New York and New Jersey. - The Department of Veterans Affairs (VA), Network Contracting Office 02, will modify delivery order 36C24226N0087 under FSS V797D-70260 with Beckman Coulter, Inc. - The modification extends the period of performance for all locations except East Orange VA Medical Center from six months to twelve months, aligning all end dates to 9/30/2026. - Services provided are Chemistry and Immunoassay Cost-Per-Reportable-Result (CPRR) laboratory testing. - Beckman Coulter, Inc. is the only OEM and vendor specified, with justification for sole source procurement due to the specialized nature of the services. - Work will be performed at seven VA Medical Centers: James J. Peters (Bronx, NY), East Orange (NJ), Castle Point (Wappingers Falls, NY), Franklin Delano Roosevelt (Montrose, NY), Margaret Cochran Corbin (New York, NY), Brooklyn (NY), and Northport (NY). - No specific product line items are listed; the procurement is for ongoing laboratory testing services. - Estimated contract value is not specified but likely in the low to mid six-figure range based on scope and duration.

Description

This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. Only one responsible source and no other supplies or services will satisfy agency requirements. The Department of Veterans Affairs, Network Contracting Office 02 intends to award a sole source as a modification to delivery order 36C24226N0087 to Federal Supply Schedule (FSS) V797D-70260, to Beckman Coulter, Inc., for continued Chemistry and Immunoassay Cost-Per-Reportable-Result (CPRR). The original FSS delivery order was established for a period of performance of one year, effective 10/01/2025 through 9/30/2026, with no options. Performance location addresses on this FSS delivery order are: James J. Peters VA Medical Center 130 W. Kingsbridge Road Bronx, NY 10468-3904

East Orange VA Medical Center 385 Tremont Avenue East Orange, NJ 07018-1023

Castle Point VA Medical Center 41 Castle Point Road Wappingers Falls, NY 12590-7004

Franklin Delano Roosevelt Hospital 2094 Albany Post Road Montrose, NY 10548-1454

Margaret Cochran Corbin VA Campus 423 East 23rd Street New York, NY 10010-5011

Brooklyn VA Medical Center 800 Poly Place Brooklyn, NY 11209-7104

Northport VA Medical Center 79 Middleville Road Northport, NY 11768-2200

This one-year period was applicable for the East Orange VA Medical Center, whereas all other performance locations were applicable for a six-month period, effective 10/01/2025 through 3/31/2026. The proposed modification on the FSS delivery order seeks to expand the scope of the performance locations (except East Orange VAMC), changing from a six-month period ending 3/31/2026, to a twelve-month period ending 9/30/2026. The East Orange VAMC is not subject to any changes in this modification action. This purchase will be made utilizing Federal Supply Schedule Sole Source Justification in accordance with: Federal Regulation (FAR) Part 8.401(b) IAW GSAR 538.7104-3(b)(ii), only one source can provide the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. Interested parties may identify their interests and capability to respond to this requirement by March 31, 2026 at 12:00PM (EDT). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided.

View original listing