Opportunity

SAM #36C25726Q0381

VA Solicitation for Bio-Rad or Equal QC Reagents and Data-Management Software for STVHCS Core Laboratory

Buyer

VA Contracting Office 17

Posted

April 28, 2026

Respond By

May 08, 2026

Identifier

36C25726Q0381

NAICS

325413, 541512, 423450

The Department of Veterans Affairs is seeking recurring supply of in-vitro diagnostic (IVD) quality control (QC) reagents, consumables, and QC data-management software to support the Core Laboratory at the South Texas Veterans Health Care System (STVHCS). - Government Buyer: - Department of Veterans Affairs, VISN 17 Network Contracting Office (NCO 17), South Texas Veterans Health Care System - OEMs and Vendors: - Bio-Rad Laboratories, Inc. (primary referenced OEM) - Beckman Coulter (analyzers in use) - Tosoh (analyzers in use) - Products/Services Requested: - Multiqual, Liquichek, and Specialty Immunoassay Plus QC reagents (Bio-Rad brand or equal) - Tri-level clinical chemistry QC (Multiqual Levels 1/2/3) - Immunoassay Plus, Ethanol/Ammonia, Cardiac Marker Plus LT, Diabetes (HbA1c), Urine Chemistry, Immunology, Spinal Fluid, Urine Toxicology, Cardiac Markers Plus LT Level 1B, Specialty Immunoassay Plus (various levels) - Detailed part numbers and quantities (e.g., Multiqual Level 1: 72 units, Cardiac Marker Plus LT Level 1: 44 units, etc.) - Unity Real Time QC Data-Management Software (12-month subscription, renewable) - Includes Unity Alert, DirectConnect, and additional user licenses - Notable Requirements: - Brand name or equal: Bio-Rad products referenced, but alternatives allowed if they meet salient characteristics - Compatibility with Beckman Coulter AU 5800, DxI 800, and Tosoh HbA1c analyzers - Lot sequestration for QC materials and 24-hour emergency replacement capability - Next-business-day delivery to Audie L. Murphy VA Hospital (San Antonio, TX) and Kerrville VA Medical Center (Kerrville, TX) - Compliance with Trade Agreements Act, Buy American Act, Section 889, VA Information Security, Section 508, and CLIA regulations - QC software must support local/on-premises deployment, multi-site reporting, interlaboratory peer-group comparison, and VA TRM/Section 508 compliance - Contract Structure: - Single-award IDIQ contract with a base period of 12 months and four 12-month option periods (up to five years total) - Estimated contract ceiling: $1,310,704.58

Description

Solicitation 36C25726Q0381   Opportunity Description (Combined Synopsis/Solicitation) Page 1 of 2 COMBINED SYNOPSIS / SOLICITATION OPPORTUNITY DESCRIPTION Department of Veterans Affairs   VISN 17 Network Contracting Office (NCO 17) Field Value Notice Type Combined Synopsis / Solicitation (FAR Subpart 5.2; FAR 12.603) Solicitation Number 36C25726Q0381 Title In-Vitro Diagnostic Quality Control Reagents, Consumables, and Associated QC Data-Management Software   STVHCS Core Laboratory Contracting Office Department of Veterans Affairs, VISN 17 Network Contracting Office (NCO 17), 5441 Babcock Rd., Ste. 302, San Antonio, TX 78240 Requiring Activity South Texas Veterans Health Care System (STVHCS)   Pathology & Laboratory Medicine Service Place of Performance Audie L. Murphy VA Hospital, San Antonio, TX 78229; Kerrville VA Medical Center, Kerrville, TX 78028 NAICS Code 325413   In-Vitro Diagnostic Substance Manufacturing (Size Standard: 1,250 employees) Product Service Code (PSC) 6550   In-Vitro Diagnostic Substances, Reagents, Test Kits, and Sets Procurement Vehicle Open Market   Full and Open Competition (no GSA Schedule, BPA, or other contract vehicle) Set-Aside None   Unrestricted; SDVOSB / VOSB participation evaluated as a non-price factor under VAAR 815.304-71 Contract Type Single-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) with Firm-Fixed-Price delivery orders (FAR 16.504; FAR 16.202) Ordering Period Base ordering period of twelve (12) months plus four (4) twelve-month option periods (5 years total, not to exceed FAR 17.204(e)) Estimated Maximum Ceiling $1,310,704.58 (inclusive of base and all option periods) Acquisition Authority FAR Part 12 (Commercial Products and Services); FAR Part 13 / FAR Part 15 as applicable; FAR 11.104 and FAR 52.211-6 (Brand Name or Equal); VAAR Parts 811, 815, and 819 Response Date / Time Friday, May 8, 2026, 10:00 AM Central Time (CT) Response Method Email submission to the Contracting Officer / Contract Specialist identified below; subject line: "RFQ 36C25726Q0381   Quotation   [Offeror Name]" Questions Due Friday, May 1, 2026, 2:00 PM Central Time (CT)   written questions only, via email Anticipated Award Date On or about Monday, June 1, 2026 (subject to availability of funds) FOB / Delivery FOB Destination, both sites; next-business-day delivery from receipt of order Primary Point of Contact Ognian D. Ivanov, Contract Specialist   ognian.ivanov@va.gov

1. Notice and Acquisition Authority This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This acquisition is conducted under the authority of FAR Part 12 (Acquisition of Commercial Products and Commercial Services), in conjunction with the simplified procedures of FAR Part 13 and the negotiated procedures of FAR Part 15 as applicable. The associated North American Industry Classification System (NAICS) code is 325413, In-Vitro Diagnostic Substance Manufacturing, with a small business size standard of 1,250 employees. The associated Product Service Code (PSC) is 6550. This solicitation document and incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular (FAC) and VA Acquisition Regulation (VAAR) supplement in effect on the date of this notice. 2. Description of the Requirement The Department of Veterans Affairs, South Texas Veterans Health Care System (STVHCS) Pathology & Laboratory Medicine Service, has a recurring requirement for in-vitro diagnostic (IVD) quality-control (QC) reagents and consumables, and for the renewal of the associated QC data-management software, in support of the Core Laboratory at the Audie L. Murphy VA Hospital (San Antonio, TX) and the Kerrville VA Medical Center (Kerrville, TX). The QC materials and software directly support patient testing performed under the Clinical Laboratory Improvement Amendments (CLIA) on the installed Beckman Coulter AU 5800 (clinical chemistry), Beckman Coulter DxI 800 (immunoassay), and Tosoh HbA1c analyzer fleet. The Government intends to award a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract under FAR 16.504, against which Firm-Fixed-Price delivery orders will be issued. The contract will include a base ordering period of twelve (12) months and four (4) twelve-month option periods, for a total ordering time not to exceed five (5) years (FAR 17.204(e)). The maximum contract ceiling is $1,310,704.58 inclusive of the base and all option periods. A guaranteed minimum obligation will be stated in Section B of the solicitation and satisfied via an initial delivery order issued upon award. 3. Brand Name or Equal   FAR 11.104 / FAR 52.211-6 This acquisition is solicited on a Brand Name or Equal basis pursuant to FAR 11.104 and includes provision FAR 52.211-6, Brand Name or Equal (AUG 1999). The brand name referenced is Bio-Rad Laboratories, Inc. The Brand Name or Equal Justification supporting this acquisition is posted with this notice as Attachment 3. Offerors may quote the referenced Bio-Rad brand-name products listed below, or may quote an "equal" product that meets each of the salient physical, functional, and performance characteristics set forth in Attachment 2   Salient Characteristics. Offerors quoting an "equal" product shall complete and submit the Compliance Matrix at Attachment 5 with their quotation, together with the substantiating documentation identified in Part VII of Attachment 2 (FDA 510(k) clearance, Instructions for Use, commutability data, VA TRM listing and Section 508 / VPAT documentation for software, and a delivery / lead-time statement). Brand-name products referenced (in the alternative): Brand-Name Reference (Bio-Rad Laboratories, Inc.) SOW Item(s) Multiqual Levels 1 / 2 / 3 (tri-level clinical chemistry QC)   Items 1 3 Liquichek Immunoassay Plus Levels 1 / 2 / 3   Items 4 6 Liquichek Ethanol / Ammonia Control Levels 1 / 2 / 3   Items 7 9 Liquichek Cardiac Marker Plus LT Levels 1 / 2 / 3   Items 10 12 Liquichek Diabetes Control (HbA1c) Levels 1 / 2 / 3   Items 13 15 Liquichek Urine Chemistry Levels 1 / 2   Items 16 17 Liquichek Immunology Levels 1 / 2 / 3   Items 18 20 Liquichek Spinal Fluid Levels 1 / 2   Items 21 22 Liquichek Urine Toxicology Screen S1E / S2E (Low Opiate)   Items 23 24 Liquichek Cardiac Markers Plus LT Level 1B   Item 25 Liquichek Specialty Immunoassay Plus Levels 1 / 2 / 3   Items 26 28 Unity Real Time QC Data-Management Software (12-month subscription)   Item 29 4. Procurement Vehicle, Set-Aside Status, and Veteran Small Business Participation This requirement is being acquired on the Open Market under full and open competition. The Government is not soliciting against the General Services Administration (GSA) Federal Supply Schedule, the VA Federal Supply Schedule (FSS), a Blanket Purchase Agreement (BPA), a Government-wide Acquisition Contract (GWAC), or any other pre-existing contract vehicle. Quotations from any responsible source, including non-Schedule holders, are solicited and will be evaluated on an equal basis. Following review of the market research consolidated in Attachment 1A (Market Research Report) and consistent with the "Rule of Two" analysis under VAAR 819.7005 and 38 U.S.C. § 8127, this acquisition is issued on an unrestricted basis. The Contracting Officer determined that two or more verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs) capable of performing at fair and reasonable prices were not identified for the consolidated multi-analyzer / multi-platform requirement at the maximum ceiling stated above. Notwithstanding the unrestricted status of this acquisition, SDVOSB and VOSB participation will be evaluated as a non-price factor under Section M of the solicitation, consistent with VAAR 815.304-71. Offerors that are themselves verified SDVOSBs or VOSBs (per SBA VetCert), or that propose meaningful subcontracting roles for verified SDVOSBs or VOSBs, will receive evaluation credit as set forth in the solicitation. 5. Ordering Period, Delivery, and Place of Performance The base ordering period and each option period will be twelve (12) months in duration. Delivery orders will be issued on an as-needed basis throughout each ordering period. Routine deliveries shall be made next-business-day, FOB Destination, to the following sites: Audie L. Murphy VA Hospital, 7400 Merton Minter Blvd., San Antonio, TX 78229   Pathology & Laboratory Medicine Service (Core Laboratory). Kerrville VA Medical Center, 3600 Memorial Blvd., Kerrville, TX 78028   Pathology & Laboratory Medicine Service. The contractor shall sequester QC lots so that lot numbers remain constant throughout each 12-month ordering period (consistent with CLIA lot-to-lot validation practice under 42 C.F.R. § 493.1253(b)(3)) and shall provide a 24-hour emergency replacement capability at no additional cost to the Government for defective shipments or routine delivery failures, with replacement quantity sufficient to support a minimum of one (1) week of normal Government test-load volume. 6. Submission Instructions Quotations are due not later than Friday, May 8, 2026, 10:00 AM Central Time (CT). Late quotations will be handled in accordance with FAR 52.212-1(f). Quotations shall be submitted by email to the Contracting Officer / Contract Specialist identified in this notice, with the subject line "RFQ 36C25726Q0381   Quotation   [Offeror Name]". Email transmissions are limited to 10 MB per message; offerors may split submissions across multiple emails as needed. Hand-carried, facsimile, and postal submissions will not be accepted unless specifically authorized in writing by the Contracting Officer prior to the response deadline. Quotations shall be organized into the volumes and tabs identified in Section L of the solicitation, including (at a minimum): Volume I   Technical Quotation: SF 1449 cover; Compliance Matrix (Attachment 5) for "equal" offers; manufacturer documentation (510(k), IFU, commutability data); software documentation (VA TRM listing or compliance, VPAT / Section 508); delivery / lot-sequestration / emergency-replacement plan; SDVOSB / VOSB participation documentation. Volume II   Past Performance: up to three (3) relevant references from the past three (3) years, using Attachment 7 (PPQ). Volume III   Price Quotation: completed Pricing Schedule (Attachment 4, Excel) covering the Base ordering period and Option Periods 1-4; Total Evaluated Price (TEP) computed in accordance with Section M. Offerors shall be registered and active in the System for Award Management (SAM.gov) at the time of quotation submission and through award (FAR 52.204-7). 7. Questions and Communications Written questions concerning this solicitation shall be submitted by email to the Contract Specialist not later than Monday, May 4, 2026, 10:00 AM Central Time (CT). Questions received after that date and time may not be answered. The Government will consolidate questions and post written responses, together with any resulting amendments, as an amendment to this notice on SAM.gov. Offerors are responsible for monitoring SAM.gov for amendments. All communications regarding this solicitation shall be in writing and directed exclusively to the Contracting Officer / Contract Specialist identified above. Communications with end users, the requiring activity, or other VA personnel concerning this solicitation are not permitted and will not bind the Government. 8. Basis for Award Award will be made to the responsible offeror whose quotation conforms to the requirements of this solicitation and is determined to represent the best value to the Government using a Lowest Price Technically Acceptable (LPTA) source-selection process under FAR 15.101-2, evaluating, in the order set forth in Section M: Factor 1   Technical Acceptability (acceptable / unacceptable): conformance to every salient characteristic in Attachment 2; for "equal" offers, sufficiency of substantiating documentation. Factor 2   Past Performance (acceptable / unacceptable / unknown-confidence per FAR 15.305(a)(2)(iv)). Factor 3   SDVOSB / VOSB Participation (full credit / partial credit / no credit per VAAR 815.304-71). Price   Total Evaluated Price (TEP) summed across the Base ordering period and Option Periods 1-4, evaluated for fairness and reasonableness under FAR 15.404-1(b). The Government intends to award without discussions (FAR 52.212-1(g)); however, the Contracting Officer reserves the right to conduct exchanges or request clarifications consistent with FAR 15.306. The Government reserves the right to make no award if doing so is in the best interest of the Government. 9. Provisions and Clauses The full list of FAR and VAAR provisions and clauses incorporated by reference and in full text is provided at Attachment 6. Provisions and clauses include, but are not limited to: FAR 52.212-1, Instructions to Offerors   Commercial Products and Commercial Services, with addenda in Section L. FAR 52.212-2, Evaluation   Commercial Products and Commercial Services (tailored   see Section M). FAR 52.212-3, Offeror Representations and Certifications   Commercial Products and Commercial Services (offerors complete in SAM.gov). FAR 52.212-4, Contract Terms and Conditions   Commercial Products and Commercial Services, with addenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders   Commercial Products and Commercial Services. FAR 52.211-6, Brand Name or Equal (AUG 1999). FAR 52.216-18, -19, -20, -21, and -22 (IDIQ ordering procedures, minimum / maximum, and ordering clauses). FAR 52.217-8 and 52.217-9 (Option to Extend Services / Option to Extend the Term of the Contract). FAR 52.204-7 (SAM Registration), 52.204-13 (SAM Maintenance), 52.204-16 (Commercial and Government Entity Code Reporting), and 52.204-24/-25 (Section 889 prohibitions). VAAR 852.203-70, 852.211-70, 852.212-70, 852.212-71, 852.215-70, 852.215-71, 852.232-72, 852.247-71, and other VAAR clauses identified at Attachment 6. 10. Attachments to This Notice No.TitleStatus 1Statement of Work (SOW)Posted with this notice 2Salient CharacteristicsPosted with this notice 3Brand Name or Equal Justification (FAR 11.104(b))Posted with this notice 4Pricing Schedule (Excel)Posted with this notice   offeror-fillable 5Salient Characteristics Compliance MatrixPosted with this notice   offeror-fillable (required only for "equal" offers) 6FAR / VAAR Clauses and Provisions Incorporated by ReferencePosted with this notice 7Past Performance Questionnaire (PPQ)Posted with this notice   offeror-distributed 8VPAT / Section 508 Conformance TemplatePosted with this notice   required for "equal" software offers 11. Important Notices Compliance with Trade Agreements. Offerors are advised that this acquisition is subject to the Trade Agreements Act (FAR Subpart 25.4) as implemented by FAR 52.225-5 and 52.225-6. Only U.S.-made or designated-country end products will be accepted absent a valid waiver. Buy American Act. End products are evaluated for compliance with the Buy American Act (41 U.S.C. chapter 83) as supplemented for COTS items. Section 889 (Prohibition on Covered Telecommunications Equipment). Offerors must represent compliance with Section 889(a)(1)(A) and (B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 in SAM.gov and via FAR 52.204-26. VA Information Security and Section 508. Any QC data-management software offered as "equal" to Bio-Rad Unity Real Time shall be supported by VA Technical Reference Model (TRM) listing or compliance documentation and a Section 508 / VPAT conformance statement (Attachment 8) at or before award. CLIA Compliance. QC materials and software acquired under this contract will be used in support of CLIA-regulated patient testing. Offerors are advised that all materials and software must support compliance with 42 C.F.R. § 493.1253 (method establishment / verification) and 42 C.F.R. § 493.1256 (quality control). No Reimbursement of Proposal Preparation Costs. The Government will not reimburse offerors for any costs incurred in preparing or submitting quotations in response to this notice (FAR 15.202(e), as applicable to commercial-item RFQs). 12. Primary Point of Contact Ognian D. Ivanov, Contract Specialist Department of Veterans Affairs VISN 17 Network Contracting Office (NCO 17) 5441 Babcock Rd., Ste. 302, San Antonio, TX 78240 Email: ognian.ivanov@va.gov All communications shall reference Solicitation No. 36C25726Q0381. End of Opportunity Description

View original listing