Opportunity

SAM #36C25926Q0433

Flow Cytometer System and Accessories for Rocky Mountain Regional VA Medical Center

Buyer

VHA Network Contracting Office 19

Posted

May 14, 2026

Respond By

May 29, 2026

Identifier

36C25926Q0433

NAICS

334516, 423490

This procurement opportunity from the Department of Veterans Affairs, Rocky Mountain Regional VA Medical Center, seeks a comprehensive flow cytometer system and related accessories for its Pathology & Laboratory Medicine Service. - Government Buyer: - Department of Veterans Affairs - Rocky Mountain Regional VA Medical Center (VAMC) - Pathology & Laboratory Medicine Service - OEMs and Vendors: - Becton, Dickinson and Company (BD) – primary OEM for flow cytometer, reagents, and accessories - NEC – desktop monitors - HP – printers - Microsoft – software - Products/Services Requested: - Flow cytometer system (BD FACSLyric 3L12C Instrument US-IVD or equal) - FACSLyric Universal Auto Loader - Computer bundle (Z2SFFG9 Lyric LM5 US IVD) - NEC 27-inch LED monitor - Barcode scanner (GD4400-B 2D) - HP Color LaserJet Pro printer - Extended use reagent tanks - Tube racks (30 and 40 capacity) - CST beads, custom bead dilution buffer - BD FACS Clean Solution (5L), BD FACSflow Sheath Fluid (20L) - Multiple BD FC Beads kits (7-Color, BV605, BV786, APC-H7, V500-C, V450, BV711, B510, BV421, APC-R700) - Trucount Absolute Counting Tubes - FACSuiteMultitest assay modules (4-color and 6-color) - Assurity Linc RSS software - BD FACS Lyse Wash Assistant - Microsoft Office 2021 - BD FACSLyric Operator Course (2 sessions) - Unique/Notable Requirements: - All items must be brand name or equal - System must support 10 colors and automated optical laser alignment - Compatibility with laboratory information systems and software - Operator training required - Place of Performance/Delivery: - Rocky Mountain Regional VA Medical Center, 1700 N Wheeling St, Aurora, CO 80045 - Evaluation Factors: - Technical capability, price, and past performance - Period of Performance: - Estimated one year duration - Quantities: - Each equipment and accessory line item requested in quantity of one; operator course requested in quantity of two

Description

Request for Quote (RFQ) #: 36C25926Q0433 Flow Cytometer Equipment Purchase for Rocky Mountain VA Regional Medical Center Per Statement of Need - Brand Name or Equal To (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. The deadline for all questions is 4:00pm MT, 05/22/026 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Quotes are to be provided to Lindsey.Zwaagstra@va.gov no later than 04:00pm MT, 05/29/2026. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25926Q0433. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01 effective March 13, 2026. The North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000 Employees. This solicitation is unrestricted. Line Items: Line Item 0001: FACSLyric Universal Auto Loader USIVDBrand Name or Equal To: (MPN 662879)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $_ Line Item 0002: Computer Bundle Z2SFFG9 Lyric LM5 US IVDBrand Name or Equal To: (MPN 667228)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0003: Monitor Desktop NEC Display 27 Inch LEDBrand Name or Equal To: (MPN 664872)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0004: Scanner Barcode GD4400-B 2DBrand Name or Equal To: (MPN 663058)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0005: Assy Printer HP Color LaserJet ProBrand Name or Equal To: (MPN 665425)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0006: FACSLyric Extended Use TanksEstimatedBrand Name or Equal To: (MPN 651158)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0007: Module FACSuiteMultitest 4c Assay US IVDBrand Name or Equal To: (MPN 664236)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0008: Module FACSuiteMultitest 6c Assay US IVDBrand Name or Equal To: (MPN 664237)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0009: Microsoft Office 2021Brand Name or Equal To: (MPN 666752)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0010: Assembly Tube Rack 30Brand Name or Equal To: (MPN 651314)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0011: Assembly Tube Rack 40Brand Name or Equal To: (MPN 651319)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0012: CST beads 50T IVDBrand Name or Equal To: (MPN 662413)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0013: Custom FC Bead Dilution BufferBrand Name or Equal To: (MPN 661614)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0014: BD FACS Clean Solution 5LBrand Name or Equal To: (MPN 340345)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0015: BD FACSflow Sheath Fluid 20LBrand Name or Equal To: (MPN 99-30211-00)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0016: BD FC Beads 7-Color Kit (US-IVD)Brand Name or Equal To: (MPN 662961)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0017: BD FC Beads BV605Brand Name or Equal To: (MPN 661626)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0018: BD FC Beads APC-R700Brand Name or Equal To: (MPN 661625)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0019: BD FC Beads APC-H7Brand Name or Equal To: (MPN 661621)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0020: BD FC Beads V500-CBrand Name or Equal To: (MPN 661624)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0021: BD FC Beads V450Brand Name or Equal To: (MPN 661623)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0022: Trucount Absolute Counting Tubes IVDBrand Name or Equal To: (MPN 340334)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0023: Software Assurity Linc RSSBrand Name or Equal To: (MPN 664017)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0024: FACSLyric 3L12C Instrument US-IVDBrand Name or Equal To: (MPN 663518)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0025: BD FC Beads BV711Brand Name or Equal To: (MPN 661629)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0026: BD FC Beads BV786Brand Name or Equal To: (MPN 661630)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0027: BD FACS Lyse Wash AssistantBrand Name or Equal To: (MPN 337146)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Line Item 0028: BD FACSLyric Operator CourseBrand Name or Equal To: (662634)Estimated Period of Performance: 07-01-2026 to 06-30-2027Quantity: 1 EAPrice: $ Grand Total ($): ___________ Description of Requirements for the items/Services to be acquired: The requirement is for the purchase of Flow Cytometer Equipment, brand name or equal to, please reference the attached statement of need (SON). Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at: Rocky Mountain Regional VA Medical Center 1700 N Wheeling St, Aurora, CO 80045 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025) applies to this acquisition. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and is found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Submission of quote shall include the following volumes: (I) Technical capability or quality offered to meet the Government requirement; (II) Price; and (III) Past Performance. Volume I - Technical capability or quality to meet the Government requirement. The offeror shall submit its quote demonstrating how it meets all of the requirements of the statement of need (SON) and solicitation. Volume II - Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III - Past Performance Offeror must provide up to two recent and relevant past performance references attesting to contract performance (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract and how well they performed). Relevant past performance is defined as present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Annual amount is used to determine similar scope and magnitude. Recent past performance is defined as performance completed within the last three years or currently in progress. Past performance must include a description of the following: Name of offeror being reviewed Name of company completing review Description of services performed Performance dates Total contract value Addresses Contract numbers Performance Rating Offeror shall provide completed Past Performance Questionnaires (PPQ) from prior contracts, and it shall be signed by point of contact that oversaw performance or an equal representative. See attachment S02 Past Performance Questionnaire. Submissions of the PPQ can be sent directly to the Government POC, Lindsey.Zwaagstra@va.gov from the offeror as part of proposal submission or directly from third party by the proposal deadline. (End of Addendum to 52.212-1) 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) applies to this acquisition. ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor I. Technical capability or quality to meet the Government requirement. Factor II. Price Factor III. Past Performance Evaluation Approach. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers: Factor I. Technical capability or quality to meet the Government requirement. The offer/quote will be evaluated to the extent to which it can meet and/or exceed the Government's requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. provided to Rocky Mountain Regional VA Medical Center. Factor II. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the service offered to meet the Government requirement, as stated in Factor 1, shall not be selected regardless of price. Factor III. Past Performance: The Offeror shall be evaluated on relevant/recent performance of past contracts and how well the offerors identified performance relates to the work being procured under the Performance Work Statement for this procurement. The following will be used to assess past performance. Relevant past performance is defined as present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Annual amount is used to determine similar scope and magnitude. Recent past performance is defined as performance completed within the last three years or currently in progress. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of this evaluation does not establish, create, or change the existing record and history of the offeror's past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts. The Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to a performance confidence evaluation. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. The Government may use other methods to evaluate past performance, including but not limited to review of CPARS. (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) (DEVIATION OCT 2025) applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. The following RFO clauses are incorporated by reference: FAR 52.203-6 ALT I. Restrictions on Subcontractor Sales to the Government. (NOV 2021) FAR 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) (DEVIATION NOV 2025) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) (DEVIATION NOV 2025) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2022) (DEVIATION NOV 2025) FAR 52.219-8 Utilization of Small Business Concerns. (JAN 2025) (DEVIATION NOV 2025) FAR 52.219-28 Postaward Small Business Program Representation (JAN 2025) (DEVIATION NOV 2025) FAR 52.222-3 Convict Labor (JUN 2003) (DEVIATION NOV 2025) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2026) (DEVIATION NOV 2025) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (DEVIATION NOV 2025) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) (DEVIATION NOV 2025) FAR 52.222-54 Employment Eligibility Verification (JAN 2025) (DEVIATION NOV 2025) FAR 52.222-90 Addressing DEI Discrimination by Federal Contractors (APRIL 2026) FAR 52.223-23 Sustainable Products and Services (MAY 2024) (DEVIATION NOV 2025) FAR 52.225-5 Trade Agreements. (NOV 2023) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-3 Protest after Award (AUG 1996) (DEVIATION NOV 2025) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (DEVIATION NOV 2025) FAR 52.240-91 Security Prohibitions and Exclusions (DEVIATION NOV 2025) FAR 52.240-93 Basic Safeguarding of Covered Contractor Information Systems (DEVIATION NOV 2025) FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services (JAN 2025) (DEVIATION OCT 2025) VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) VAAR 852.222-71 Compliance with Executive Order 13899 (APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.247-71 Delivery Location (OCT 2018) VAAR 852.247-72 Marking Deliverables (OCT 2018) VAAR 852.247-73 Packing for Domestic Shipment (OCT 2018) VAAR 852.247-74 Advance Notice of Shipment (OCT 2018) VAAR Provisions are incorporated as follows: VAAR 852.209-70 Organizational Conflicts of Interest (OCT 2020) VAAR 852.215-72 Notice of Intent to Re-solicit (OCT 2019) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) RFO 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following RFO provisions are to be incorporated by reference: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2024) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) FAR 52.204-7 System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.225-6 Trade Agreements Certificate (FEB 2021) FAR 52.225-18 Place of Manufacture (AUG 2018) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) (DEVIATION SEP 2025) FAR 52.233-2 Service of Protest (DEVIATION NOV 2025) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to be submitted by 04:00pm MT, 05/29/2026. Name and email of the individual to contact for information regarding the solicitation: Lindsey ZwaagstraLindsey.Zwaagstra@va.gov Additional Links:Department of Veterans Affairs

View original listing