SOLICITATION NOTICE
65 -- New 2-Year VISN Molecular Diagnostic Testing Cepheid Brand Name or Equal To Reagents and Consumables
- Notice Date
- 7/17/2025 1:32:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0594
- Response Due
- 8/22/2025 3:00:00 PM
- Archive Date
- 09/21/2025
- Point of Contact
- Lindsey Zwaagstra, Contracting Officer, Phone: 303-712-5733
- E-Mail Address
-
Lindsey.Zwaagstra@va.gov
(Lindsey.Zwaagstra@va.gov)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25925Q0594 2 Year VISN Blanket Purchase Agreement Molecular Diagnostic Testing Cepheid-Brand Name or Equal To Reagents and Consumables This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a 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 MST, 07/31/2025 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 4:00pm MST, 08/22/2025. 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 36C25925Q0594. 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) 2025-04 effective June 11, 2025. 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. List of Line Items Fixed Price per kit: Line Item Kit Description Quantity Unit of Measure Unit Price Total Price 0001 3C064N REGULAR FLOCKEDSWAB W/UTM W/OBEADS 50PCS, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0002 480CFA ESWAB,LIQUID AMIES, FLOCKED,COPAN,480CFA, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0003 900-0370 CEPHEID COLLECTION DEVICE, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0004 SDPS-120 nmGLE-USE DISPOSABLE SWAB - 120-COUNT, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0005 SWAB/B-100 Nasal swab collection kit for Xpert Flu, xpert FLU/RSV, Xpert Xpress FLU/RSV, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0006 SWAB/G-50-US COLLECTION KIT,XPERT SWAB,US IVD,50, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0007 URINE/A-50 CollectionKitA urine, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0008 3C057N MINITIP FLOCKEDSWAB W/UTM W/OBEADS 50PCS, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0009 XPRS4PLEX-10 KIT,IVD,XPRESS,COV-2/FLU/RSV PLUS,10TEST, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0010 XPRS-COV2-10 KIT,10 TEST,XPRESS COVID PLUS,US-IVD, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0011 GXBCRABL-US-10 KIT,BCR-ABL ULTRA,US-IVD,10-TEST, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0012 GXCARBAR-10 KIT,CARBA-R,IVD,GX, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0013 GXCDIFF/EPI-10 KIT,CDIFF/EPI,GX,IVD,10-TEST, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0014 GXCT/NG-10 KIT,CT/NG,GX,IVD, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0015 GXFIIFV-10 KIT,FII/FV,10-TESTS,GX,IVD, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0016 GXMRSA-NXG-10 KIT,10-TEST,MRSA NXG,IVD,GX, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0017 GXMTB/RIF-US-10 KIT,MTB,IVD,US, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0018 GXNOV-10 KIT,GX,10-TEST,NOROVIRUS,US-IVD, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0019 GXSACOMP-10 KIT,SA COMP,10-TESTS,GX,IVD, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0020 GXTV-10 KIT,XPERT TV_US,10-TEST, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0021 XPRSMVP-10 KIT,XPRESS,MVP,US-IVD,10 TEST, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ 0022 XPRSTREPA-10 KIT,XPRESS,STREPA,US-IVD,10 TEST, Brand Name or Equal To Period of Performance: 10/01/2025 09/30/2027 1 EA $ $ Description of Requirements for the items to be acquired: GENERAL REQUIREMENTS Per Statement of Work: 2.1. Pricing for test kits and consumables shall be inclusive of all shipping charges. 2.2. Contractor shall provide Food and Drug Administration (FDA) approved reagents, controls, calibrators, and any consumable part necessary for analyzing/testing. 2.3. Additional tests/reagents/consumables may be added as new technology becomes available on the market. 2.4 Reagents and consumables MUST be compatible with the following CEPHEID Analyzers: GENE XPERT XVI-16-D GENE XPERT XVI-8-D GENE XPERT DX XVI GXXVI-16-D GeneXpert XVI GeneXpert Infinity 48s GENE XPERT XPRESS GeneXpert IV Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Cheyenne VA Medical Center: 2360 E. Pershing Blvd., Cheyenne, WY 82001 Eastern Oklahoma VA Health Care System: 1011 Honor Heights Dr, Muskogee, OK 74401 Ernest Childers VA Clinic: 8921 South Mingo Rd, Tulsa, OK 74133 Grand Junction VA Medical Center: 2121 North Avenue Grand Junction, CO 81501 Oklahoma City VA Health Care System: 921 N.E. 13th Street, Oklahoma City, OK 73104 Rocky Mountain Regional VA Medical Center: 1700 N Wheeling Street, Aurora, CO 80045 Salt Lake City VA Health Care System: 500 Foothill Drive, Salt Lake City, UT 84148 Sheridan VA Health Care System: 1898 Fort Rd, Sheridan, WY 82801 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.� Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation 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 found to be prejudicial to competing contactors, 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. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Price; (III) Completion of FAR 25 Provision FAR 52.225-6. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Completion of FAR 25 Provision The offeror shall complete the provision if required by FAR Part 25. Provision FAR 52.225-6. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Completion of FAR 25 Provision: FAR 52.225-6. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), 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 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: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to whether 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. Factor 2. 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 item offered to the Government requirement shall not be selected regardless of price. Factor 3. Completion of FAR 25 Provision: The Government will evaluate quotes of foreign and domestic offers IAW FAR Part 25. The offeror will complete the provision if required IAW FAR 25. FAR 52.225-6. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price.� Quoters must price only the base and option periods specified in the contract line-item numbers (CLINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). (End of Addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(s). 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 FAR 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 FAR or VAAR. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (SEP 2006) FAR 52.203-13 Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509) FAR 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3) FAR 52.219-9 Small Business Subcontracting Plan (JAN 2025) (15 U.S.C. 637(d)(4) FAR 52.219-14 Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637s) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-23 Sustainable Products and Services (MAY 2024) (DEVIATION FEB 2025) FAR 52.225 5 Trade Agreements (JUL 2020) (DEVIATION) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.225-5 Trade Agreements 52.232-19 Availability of Funds for the next fiscal year Funds are not presently available for performance under this contract beyond September 30 of any fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of any fiscal year until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.222-71 VAAR Class Deviation Compliance with E.O. 13899 VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) 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 FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses 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 FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Lindsey.Zwaagstra@va.gov by 4:00pm MST, 08/22/2025. Name and email of the individual to contact for information regarding the solicitation: Lindsey Zwaagstra Lindsey.Zwaagstra@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/968369f2ba50481fb4d94d1060e8eaa9/view)
- Place of Performance
- Address: Department of Veterans Affairs VISN 19 Locations
- Record
- SN07514649-F 20250719/250717230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |