Opportunity

SAM #36C24426I0484

Procurement of Laboratory Centrifuges for Philadelphia VA Medical Center

Buyer

VA NCO 4

Posted

April 13, 2026

Respond By

April 17, 2026

Identifier

36C24426I0484

NAICS

423490, 334516

This opportunity involves the procurement of laboratory centrifuges for the Philadelphia VA Medical Center by the Department of Veterans Affairs, Network Contracting Office 4. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 4 - Products/Services Requested: - Two (2) laboratory-grade swing-out rotor centrifuges - Must include: 90° swing-out rotor, four buckets, adapters for 13 x 75/100 mm and 16 x 75/100 mm tubes - Capable of spinning up to 32 specimens at a time - Temperature control system with pre-cool function (-20°C to +40°C) - Versa-Rotor for multiple applications - All-steel construction, quiet operation, safety lock lid - 5-year warranty - Dimensions: approximately 16.5 x 18 x 23.6 inches - Unique/Notable Requirements: - Equipment must be manufactured in the USA (domestic end product) - Must meet all salient characteristics as listed - One-time procurement; delivery required within 30 to 90 days after order - No specific OEMs or vendors are named in the solicitation - Place of Performance: Philadelphia VA Medical Center

Description

SOURCES SOUGHT NOTICE

This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Source Sought in order to identify capable firms and obtain information for planning purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms for Centrifuges for a VISN 4 Philadelphia VAMC. Responses shall be submitted by 09:00 AM EDT on April 17th, 2026 Responses shall be submitted via email to amanda.saunders@va.gov and Adriane.Perretti@va.gov Subject Line must read: 36C24426I0484 Centrifuges | (Company Name) All Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) firms that respond shall include proof of their Vets First Verification via Home  · VetBiz Portal (va.gov). All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with Policy.
While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this source sought notice for market research purposes. All respondents shall include as part of their response a brief capability statement that covers the information in the following tentative statement of work, as well as answers to the below questions. All respondents shall be registered and active in SAM.gov | Home. The purpose of this source sought is to illicit feedback from industry on our intended procurement approach. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition approach (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 334516 (Analytical Laboratory Instrument Manufacturing) Suggested PSC: 6640 (Laboratory Equipment and Supplies) Open to suggestions from industry as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. In addition to the information requested above, please include answers to the below questions as part of your response to this Sources Sought: 1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or related NAICS codes.

  1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each.

  2. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? 

Yes __No __ If yes, please identify which companies are considering a Joint Venture and the ownership of each company.

Are the items domestic end products (manufactured in the United States)? As stated in FAR 52.225-1 Buy American SUPPLIES (State where items are manufactured).

Intended Procurement Approach

STATEMENT OF NEED Laboratory Centrifuges

Background: The Philadelphia VA medical center s Pathology and Laboratory Medicine service requires two (2) new laboratory centrifuges for the Hematology and Chemistry sections for the processing of patient specimens.

Scope: Pathology & Laboratory Medicine Service wishes to obtain a one-time task order to procure the needed equipment.

Objectives: The equipment shall perform according to specifications.

Tasks: To meet the needs of P&LMS, the equipment must meet the following salient characteristics:

Laboratory grade swing out rotor centrifuges that meet that have the features below

13 X 75/100, 16 X 75/100 mm Size Includes (1) centrifuge, (1) 90° swing-out rotor, (4) buckets, (2) adapters 13 X 75/100 mm, (2) adapters 16 X 75/100 mm Spins at or up to 5000 RPM Can spin upto 32 specimens at a time. temperature control system with pre-cool function from -20 to +40°C Versa-Rotor for multiple applications All-steel construction Quiet operation Easy-to lift lid with safety lock feature 5 Year Warranty 16.5 X 18 X 23.6 Inch

Delivery: 30 - 90 Days ARO Government Furnished Property: N/A Security Requirements: There are no IT security requirements. Place of Performance: N/A Period of Performance: One-time procurement of equipment.

Sample of CLIN below:

B.1 PRICE SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES QUANTITY UNIT OF ISSUE UNIT PRICE AMOUNT 0001

2.00 UN $______________ $______________

Centrifuges IAW the Statement of Need Contract Period: 30 - 90 Days

GRAND TOTAL $______________

View original listing