Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

6640--Notice of Intent to Sole Source Hologic Panther Reagents

Expired
36C26322Q0119Federal
General Info

Agency

Department Of Veterans Affairs → Network Contract Office 23 (36C263)

View Agency

NAICS

325413 - In-Vitro Diagnostic Substance Manufacturing

View NAICS

Place of Performance

Department of Veterans Affairs NWI VA Health Care System 4101 Woolworth Ave, Omaha, MN, 68105, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Presolicitation

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Veterans Affairs → Network Contract Office 23 (36C263)
Contacts1 person available
OfficeSaint Paul, MN, 55101, USA
Organization / Agency
Department Of Veterans Affairs → Network Contract Office 23 (36C263)
View Agency Profile
Office Address

Saint Paul, MN, 55101, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
This Notice of Intent is provided to advise that the Government intends to solicit and negotiate a sole source, Firm Fixed Price Contract with only one source, Hologic Inc. to provide reagents for the Hologic Panther system used to perform COVID-19, HPV, HPV 16 18/45, HIV, and HCV Testing at the Nebraska Western Iowa VA Health Care System to include the following: HPV 100-TEST KIT, AS, US IVD (Item Number: 303570) SARS-COV-2 ASSAY, APTIMA, 250-TEST, EUA, CE IVD (Item Number: PRD-06419) SARS-COV-2 ASSAY CONTROLS, APTIMA, EUA, CE IVD (Item Number: PRD-06420) HIV VIRAL LOAD ASSAY, APTIMA, 100-TEST, US IVD (Item Number: PRD-03565) HCV QUANT ASSAY, APTIMA, 100-TEST, US IVD (Item Number: PRD-03705) APTIMA SPECIMEN TRANSFER KIT, 100/BAG (Item Number: 301154C) APTIMA HPV16 18/45 PANTHER COST PER REPORTABLE (Item Number: 30326-CPR) APTIMA HPV16 18/45 PANTHER REAGENTS (Item Number: 303236) Direct Load Tube Collection Kit (Item Number: PRD-06997) This contact action is for supplies or services for which the Government intends to solicit and negotiate a Sole Source award under the authority of FAR 6.302-1 This notice of intent to award a sole source contract is not a request for competitive proposals. However, in accordance with FAR 5.207 (c) (16) (ii), all responsible sources that feel they can meet the Government s requirements detailed above may submit a capability statement which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties bona-fide capabilities for fulfilling the requirement and include: the Dun & Bradstreet Number (DUNS), and the Taxpayer Identification Number (TIN), along with documentation that the vendor is an authorized distributor/reseller. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information will be retained as Market Research. All responses must be received by 12:00 CST on Friday, December 10. Responses shall be submitted electronically to Andrea Harter via email at andrea.harter@va.gov. Fax responses and Telephone inquiries will not be accepted.

Similar Contracts

NAICS: 325413
New
Federal

CONTROL, BLOOD CHEMI

This contract pertains to the procurement of a blood chemistry control reagent, specifically the PT Plus Control Reagent Level 2, which is used for quality control in coagulation testing with the i-STAT PT Plus cartridge on the i-STAT blood gas analyzer system. The product is packaged in boxes containing ten 1.0 ml units each. It must adhere to strict technical and quality standards outlined by the Defense Logistics Agency (DLA) and complies with applicable packaging and marking requirements, including Medical Marking Standard No. 1 for safe handling and transport. The reagent has a shelf life of 12 months, with the stipulation that delivery to the government occurs within one month of manufacture, and it must be stored refrigerated between 2 to 8 degrees Celsius without freezing. The contract calls for delivery within five days to the specified location at Camp Lejeune and includes requirements for proper commercial packaging to ensure protection during shipment. The contract number and lot number must be included on all labeling, along with manufacture and expiration dates. Bidders are required to specify the source and part number of the product being offered. The contract is managed by the Department of Defense under the Medical Supply Chain and is associated with solicitation number SPE2DS-26-T-6715. The solicitation deadline is March 16, 2026, with primary points of contact provided for coordination. The procurement aligns with NAICS code 325413, covering in-vitro diagnostic substance manufacturing.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

2 days ago

DEADLINE

in 6 days

View Details
NAICS: 325413
New
Federal

Blood Chemistry Analyzer 59th Medical Wing

The Defense Health Agency HCD-S intends to award a sole source lease contract to WERFEN USA LLC for two Blood Chemistry Analyzers, specifically the Werfen NEO Iris system. This procurement is justified by the unique and highly specialized technical, physical, and interoperability requirements that only this system can meet. The NEO Iris integrates an extensive and proprietary test menu—including antibody screening, various infectious disease markers, and nucleic acid testing (NAT)—all on a single automated platform, which competitors do not offer in a consolidated form. The system also meets strict physical constraints and infrastructure limitations at the 59th Medical Wing, as it operates without the need for an onsite water source or drainage, fitting within a precise footprint, and avoiding costly facility modifications. Additionally, the NEO Iris system offers advanced sample handling capabilities that are essential for maintaining the integrity of pediatric and low-volume samples common among military trainees. Features include clot and bubble detection, automatic reflex testing, and preservation of samples in the event of aspiration errors. The analyzer also supports a bi-directional interface with the hospital’s Electronic Health Record and Laboratory Information System, with proven implementation in other Department of Defense facilities to ensure seamless integration. Interested parties capable of meeting these unique requirements are invited to submit statements of capability by March 20, 2026, but the Defense Health Agency reserves the right to proceed without competitive procurement based on the responses received.

Defense Health Agency

POSTED

6 days ago

DEADLINE

in 10 days

View Details
NAICS: 325413
New
Federal

761-26-2-014-0037 & 762-26-1-040-0450 - Chelmsford & Tucson CMOP’s - MED SURGE ITEMs

The Department of Veterans Affairs is conducting market research through a Sources Sought Notice to identify qualified vendors capable of supplying specific medical-surgical products to VA Consolidated Mail Outpatient Pharmacy (CMOP) facilities in Chelmsford, Massachusetts, and Tucson, Arizona. The targeted items include brand-name-only products such as One Touch-Test Strips, Tandem infusion sets, and Hollister catheter sets, with detailed specifications emphasizing compliance with barcoding standards (GS1-128, HIBCC/HIBC), proper packaging, and labeling requirements. Vendors are asked to provide detailed information on OEM documentation, product compliance, business size, and federal supply schedule status via an Excel spreadsheet, which serves as the primary submission vehicle. The notice clarifies that responses are for market research purposes only, with no intent to award a contract at this stage. Key logistical and technical details include strict packaging instructions—such as protecting breakable items, shipping in original manufacturer packaging, and limiting lot numbers per shipment—along with mandatory barcoding standards to ensure traceability and inventory management. All products must have at least 12 months of shelf life remaining upon delivery, with specific requirements for child safety caps, minimum bottle sizes, and labeling to support automated scanning. Delivery is expected as a one-time shipment, referencing VA obligation numbers for reconciliation, with inspection and acceptance occurring at the respective CMOP facilities. Although pricing and specific evaluation criteria are not yet established, the notice underscores the importance of product availability, compliance with therapeutic equivalence ratings, and adherence to packaging and labeling standards. The response deadline is December 9, 2025, and all submissions must be made via SAM.gov using the provided Excel template, with no additional attachments or formal proposals required at this stage.

National Cmop Office (36C770)

POSTED

7 days ago

DEADLINE

in 1 day

View Details