Skip to content
Department of Veterans Affairs

6640--CTX Biorad Bioplex

Solicitation: 36C25726Q0182
Notice ID: ed262012ec224e0597327476bc5b713d
TypeSources SoughtNAICS 334516PSC6640DepartmentDepartment of Veterans AffairsStateTXPostedDec 29, 2025, 12:00 AM UTCDueJan 09, 2026, 04:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TX. Response deadline: Jan 09, 2026. Industry: NAICS 334516 • PSC 6640.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$7,769,405
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$28,341
P10–P90
$0$260,017
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,769,405)
Deal sizing
$28,341 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
Olin E. Teague Veterans' Medical Center 1901 Veterans Memorial Drive • Temple, Texas • 76504-7176 United States
State: TX
Contracting office
San Antonio, TX • 78240 USA

Point of Contact

Name
Ognian D. Ivanov
Email
ognian.ivanov@va.gov
Phone
210-694-6302

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
257-NETWORK CONTRACT OFFICE 17 (36C257)
Office
Not available
Contracting Office Address
San Antonio, TX
78240 USA

More in NAICS 334516

Description

SUBJECT: Sources Sought Immunoassay Random Access Multiplex Analyzer 1. PURPOSE The Department of Veterans Affairs, South Texas Network Contracting Office, on behalf of the Central Texas Veterans Health Care System (CTVHCS), Pathology & Laboratory Medicine Service (P&LMS), is seeking information from qualified sources capable of providing a fully automated, random-access multiplex immunoassay analyzer system to replace existing end-of-life immunoassay equipment. This request for information is issued for market research and planning purposes only and does not constitute a solicitation or a commitment by the Government to award a contract. The Government is specifically seeking information from Small Businesses (SB), Service-Disabled Veteran Owned Small Businesses (SDVOSB), and Veteran Owned Small Businesses (VOSB) that can provide equipment and services meeting the minimum technical requirements outlined below. 2. BACKGROUND CTVHCS requires replacement of existing multiplex immunoassay testing equipment that has reached the end of its economic lifecycle. The replacement system is needed to maintain accurate, reliable autoimmune, infectious disease, and specialty immunoassay testing in support of patient care in the VA clinical laboratory environment. 3. MINIMUM TECHNICAL REQUIREMENTS The requested solution is an Immunoassay Random Access Multiplex Testing Instrumentation System that meets or exceeds the following minimum requirements derived from the Statement of Objectives: a. System Type Fully automated, random access multiplex immunoassay analyzer suitable for clinical laboratory use. Capable of consolidating autoimmune, infectious disease, and specialty immunoassay testing on a single platform. b. Testing Capabilities FDA approved analyzer capable of analyzing both Total Syphilis (IgG/IgM) and RPR. Supports testing for autoimmune markers, infectious disease markers, and other specialty immunoassays as defined in the offered test menu. Provides programmable priority testing for STAT samples (ability to prioritize STAT specimens within routine workflow). Includes integrated quality control functionality, allowing performance of quality control checks and documentation of QC results. c. Sample Handling and Utilities Accepts CLSI (Clinical & Laboratory Standards Institute) standard specimen tubes. Operates on a 110volt power system. Includes an uninterruptible power supply (UPS) appropriate for the offered instrument. Provides a user interface for programming and operation; a touchscreen interface is preferred but not mandatory. d. Installation / Site Requirements Vendor shall provide delivery, installation, and initial operational checks at: Pathology & Laboratory Medicine Service Central Texas Veterans Health Care System 1901 Veteran s Memorial Dr. Temple, TX 76504 Installation shall include removal and appropriate handling/disposition of the existing end-of-life cycle analyzer (Government equipment ID EE# 152362) in coordination with facility procedures. 4. VENDOR RESPONSE REQUEST Interested vendors are requested to submit a capability statement that addresses the following: a. Company Information Legal company name, address, and UEI number. Point of contact name, title, phone number, and email. Business size and socioeconomic status under NAICS 334516 (or recommended NAICS), including indication if your firm is: Large Business Small Business (SB) Service-Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB) Confirmation of current registration in SAM and, if applicable, in the VA VetCert database for SDVOSB/VOSB status. b. Technical Capability Manufacturer and model of the proposed immunoassay random-access multiplex analyzer system. Description of how the proposed system meets or exceeds each of the minimum technical requirements listed in Section 3 (address each bullet explicitly). Summary of available test menu, including autoimmune, infectious disease, and specialty immunoassay assays. Description of STAT testing capability and workflow (how STAT samples are prioritized). Overview of onboard QC capabilities and how QC results are documented and managed. c. Installation and Support Description of delivery, installation, and training services available for the Temple, TX location. Estimated delivery and installation lead time from receipt of order. Summary of warranty, maintenance, and service support options (e.g., onsite service coverage, response times, remote support). d. Contracting Information Identification of any existing Federal Supply Schedule (e.g., VA FSS or GSA) or other Government contract vehicles on which the proposed equipment and services are available. Indicate whether your firm intends to provide the system as an OEM manufacturer or as an authorized distributor/reseller (include documentation of authorized reseller status if applicable). 5. RESPONSE FORMAT AND DUE DATE Responses should be submitted electronically in PDF or Word format via email. Include RFI Immunoassay Random Access Multiplex Analyzer Replacement CTVHCS in the subject line. Page limit (recommended): 10 pages or fewer. Responses are requested no later than 01/09/2026, to: Ognian D. Ivanov ognian.ivanov@va.gov 6. DISCLAIMER This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. No contract will be awarded from this announcement. Responding to this Sources Sought is strictly voluntary and the Government will not pay for any information or administrative costs incurred in response. Responses may be used to inform acquisition strategy, including potential set-aside determinations.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.