Opportunity
SAM #36C25726Q0481
VA Solicitation for Four Molecular Diagnostics Testing Systems (Brand Name or Equal to Cepheid GeneXpert Express)
Buyer
VA Contracting Office 17
Posted
April 21, 2026
Respond By
May 05, 2026
Identifier
36C25726Q0481
NAICS
334516, 423450
The Department of Veterans Affairs, Network Contracting Office 17, is seeking to procure four Molecular Diagnostics Testing Systems for the Texas Valley Coastal Bend Healthcare System at four separate healthcare locations in Texas. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 17, Texas Valley Coastal Bend Healthcare System - OEMs and Vendors: - Cepheid (OEM referenced for GeneXpert Express System) - Brand name or equal systems are acceptable; if not Cepheid, vendors must provide OEM authorization - Products/Services Requested: - Four (4) Molecular Diagnostics Testing Systems (brand name or equal to Cepheid GeneXpert Express System) - Must include system software, uninterruptible power supply (UPS), printer, technical support, customer training, and a business hours service plan - Must use Polymerase Chain Reaction (PCR) techniques to identify pathogens by DNA/RNA - Must meet FDA-approved specifications and all Statement of Work requirements - Installation, setup, and initial on-site operator training for all systems (included, not separately priced) - Standard commercial warranty, preventive maintenance, and ongoing technical support - Unique/Notable Requirements: - Delivery and installation required at four VA healthcare locations: Harlingen Care Center, McAllen Outpatient Clinic, Corpus Christi Specialty Clinic, and Laredo Outpatient Clinic - All pricing must include shipping, installation, and training - Vendors must submit documentation of place of manufacturer, Trade Agreement Certificate, Small Business Representation, and detailed description of proposed instruments - If not the OEM, vendors must provide an authorization letter from the OEM - Delivery required within 90 days after receipt of order; warranty and support services included - Locations: - Harlingen Care Center, Harlingen, TX - McAllen Outpatient Clinic, McAllen, TX - Corpus Christi Specialty Clinic, Corpus Christi, TX - Laredo Outpatient Clinic, Laredo, TX - Contracting office: Network Contracting Office 17, San Antonio, TX
Description
The Texas Valley Coastal Bend Healthcare System (TXVCBHCS) has a requirement for four (4) Molecular Diagnostics Testing Systems for molecular testing. These instruments are required for four (4) Pathology & Laboratory Medicine Service (P&LMS) locations to include Harlingen Care Center (HCC), McAllen Outpatient Clinic (MOPC), Corpus Christie Specialty Clinic (CCSC) and Laredo Outpatient Clinic (LOPC). The molecular analyzers must include all system software, UPS, printer, technical support, customer training, and a business hours service plan. The Molecular Diagnostics Testing Systems shall identify pathogens by detecting their unique genetic material (DNA or RNA). The systems shall use Polymerase Chain Reaction (PCR) techniques. The equipment should meet or exceed the specifications below for brand name or equivalent to the Cepheid GeneXpert Express System. Technical Questions. Technical questions shall be accepted by the Government in writing via email no later than 1:00 PM Eastern Standard Time (CST), 04/28/2026. Please list Technical Questions 36C25726Q0481, Molecular Diagnostic Instruments in the subject line of the e-mail and send to Kathryn Prose, Contract Specialist, at kathryn.prose@va.gov. Please include in your questions the section of the solicitation/page number that your question is referencing. The Government reserves the right not to answer questions without meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend it would not be in the best interest of the Government. No questions about this solicitation will be answered telephonically. All responses to questions, which may affect offers, will be incorporated into a written amendment to the Request for Quote. To be considered for the award, the following documents, at a minimum, must be included: Submit a price quote on offerors own format. The pricing must include the unit price, extended price and total price. The offerors pricing should include all components required that establish fully operational systems for each location. Pricing must include the manufacturer number and / or offeror s item number. The quote must specifically address line items that are included in the price of the instruments such as shipping, installation, and training. The proposed price for such items should be labeled as Not Separately Priced (NSP) in the quote. The offeror must state the place of manufacturer for the items being offered by completing the Trade Agreement Certificate, RFO Provision 52.225-6 at paragraph E.5. The offeror must complete the RFO Provision 52.219-1, Small Business Representation at E.4. Provide a description of the proposed Molecular Diagnostic Instruments that meet the requirements of the SOW. Provide documentation demonstrating how vendor will be able to meet all the requirements described in the Statement of Work and technical evaluation criteria described in Provision FAR 52.212-2 Evaluation Commercial Products and Commercial Services. This can be done through a direct comparison to the Statement of Work and/or providing product literature. All criteria must be addressed. If not the Original Equipment Manufacturer (OEM), a letter signed by the OEM stating that the vendor is authorized to provide supplies. Provide estimated delivery timeframe after receipt of the award. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in RFO 12.203(c)(2), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed the minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical. 1. The Molecular Diagnostic Equipment must meet or exceed all requirements listed in the instrument capability, performance, dimension, and testing requirements if the SOW. 2. Warranty must meet or exceed the requirements of the SOW. 3. Training provided must meet or exceed the requirements of the SOW. 4. Installation services as described in the SOW. 5. Vendor provides an estimated timeline for deliveries. Price 1. Provide prices on all line items listed on the Price/Cost Schedule and any components required for fully operational systems. 2. In this factor, price will be evaluated for reasonableness, completeness, and fairness by comparing the proposed prices with the Independent Government Estimate and prices posed by other offerors. 3. In evaluating the offeror s proposed price for this project, the techniques and procedures described under RFO 12.204(a), Price reasonableness, will be the primary means of assessing proposal reasonableness.