Opportunity

SAM #36C26326Q0562

Manual Microtome (Leica HistoCore BIOCUT or Equal) for Minneapolis VA Health Care System

Buyer

VA Health Administration Center 23 (VHA NCO 23)

Posted

April 10, 2026

Respond By

April 17, 2026

Identifier

36C26326Q0562

NAICS

334516, 423450, 339112

This opportunity seeks a supplier for a manual microtome for the Minneapolis VA Health Care System's Pathology and Laboratory Department. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 23 (Coralville, IA) - OEMs and Vendors: - Leica Biosystems (highlighted as the reference OEM for the required microtome) - Products/Services Requested: - Manual microtome, brand name or equal to Leica HistoCore BIOCUT Config. 1 (Part #: 149BIOG00C1) - Quantity: 1 unit - Must meet specific mechanical and dimensional requirements (rotary operation, silent retraction, horizontal feed, vertical stroke, etc.) - Installation and basic operation setup (no validation support or training required) - 12-month warranty included - Unique or Notable Requirements: - Brand name or equal specification allows for equivalent products - Delivery and installation required within 60 days of award - Subject to Buy American Act and Nonmanufacturer Rule - Delivery times restricted to weekdays, excluding Federal Holidays - Place of Performance: - Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, MN 55417

Description

SOURCES SOUGHT NOTICE Before responding please carefully read and consider the following:

This is a full and open competition sources sought.

The sources sought is to determine if there are any domestic made products to meet the needs of the Statement of Work.

Microtome for the Minneapolis VA Health Care System. This is a Sources Sought Announcement Only and no solicitation is currently available. Responses will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this Sources Sought Notice, a solicitation announcement may be posted. A response to this Sources Sought Notice is not an adequate reply to a potentially forthcoming solicitation.

All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. Furthermore, the Government reserves the right to cancel this requirement at its discretion. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government.

The applicable North American Industry Classification System (NAICS) Code is 334516, Analytical Laboratory Instrument Manufacturing, size standard is 1,000 employees. NOTE: Please ensure that the System for Award Management (SAM) indicates this NAICS code if you are interested in the requirement.

This acquisition may also be subject to the Nonmanufacturer Rule, see FAR 52.219-33.

Description of Supplies See included Statement of Work

Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations and nonmanufacturer rule, shall submit capability statements so the Government can determine the firm s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government s review of the industry s ability to perform or provide these requirements.

Firms shall include the following information with their responses if applicable:

Organization name, unique entity identification (UEI) number, address, socioeconomic category of your firm under the NAICS, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number.

Capability statement demonstrating the ability to meet the specialized requirements stated in the Statement of Work (see attached) and their expertise in the above-described areas in sufficient detail, including any other specific and relevant information. Please provide a specification sheet for the equipment.

Copies of any agreements with companies/manufacturer(s) showing authorization to provide required products / services.

Small Business respondents indicate the estimate of services/supplies to be subcontracted.

What percentage of services/supplies (estimated) would the company perform as the Prime Contractor? _______________% What percentage of services/supplies (estimated) would the company subcontract to other firms? _______________%

Identify if your organization is the manufacturer of the requested supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide and their socio-economic category. Fill out the certificate under FAR Provision 52.225-2(b), identifying the item and its country of origin. If the product is a US domestic end product, write in USA for the item's country of origin. 52.225-2 Buy American Certificate.

(b) Foreign End Products: Line Item No. Country of origin Exceeds 55% domestic content (yes/no)




State whether any of the requested services/supplies may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). 

Provide estimated shipping and delivery information for the requested supplies (e.g. Expected lead time on delivery) Only firms seriously interested and truly capable should send their information described above and any questions by email to robert.bennett8@va.gov no later than 4:00 PM Central Time, April 17, 2026.

View original listing