Skip to content
Department of Veterans Affairs

North Texas VAHCS Centrifuge Replacement

Solicitation: 36C25726Q0181
Notice ID: e4426b12ab7946c6a9887ad3843edb9a
TypeSolicitationNAICS 339112PSC6640Set-AsideSBADepartmentDepartment of Veterans AffairsStateTXPostedFeb 10, 2026, 12:00 AM UTCDueMar 06, 2026, 06:00 PM UTCCloses in 11 days

Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TX. Response deadline: Mar 06, 2026. Industry: NAICS 339112 • PSC 6640.

Market snapshot

Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.

12-month awarded value
$184,248,256
Sector total $20,371,516,771 • Share 0.9%
Live
Median
$142,050
P10–P90
$30,459$29,856,636
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.9%
share
Momentum (last 3 vs prior 3 buckets)
+143744%($183,992,256)
Deal sizing
$142,050 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
Temple, Texas • 76504 United States
State: TX
Contracting office
San Antonio, TX • 78240 USA

Point of Contact

Name
Joshua Weisman
Email
Joshua.Weisman@va.gov
Phone
Not available

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 339112

Description

The Central Texas VA Health Care System (CTXVAHCS), Temple Hematology Department in Pathology & Laboratory Medicine Service is seeking Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or Small Business sources capable of meeting the requirement listed below.  The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12.

NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE REGISTERED AS SUCH IN THE U.S. SMALL BUSINESS ADMINISTRATION DATABASE.

The North American Industry Classification System (NAICS) is 339112.  Any SDVOSB, VOSB, or Small Business firms who wish to identify their interests and capability to provide this product must provide product specifications, performance and delivery information by notifying the Contract Specialist no later than 1:00 PM Eastern, March 6, 2026. Packages shall be e-mailed to Joshua Weisman via email at joshua.weisman@va.gov.

Any vendor who responds to this Notice must provide credentials to perform the requirement as outlined in the below scope.

Disclaimer:

This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation.  All information received in response to this Notice that is marked as proprietary will be handled accordingly.  In accordance with the Federal Acquisition Regulation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this Notice.

Purpose:

Requesting the purchase of the following equipment for Temple Hematology Department in Pathology & Laboratory Medicine Services. This is a one-time purchase, and it does not require any additional manufacturer warranty. Purchase new instruments for the Hematology department in Pathology & Laboratory Medicine service to replace End of Lifecycle/Non-Economical repair instruments.

Scope:

Two Cytology Centrifuges are due to replacement due to end of lifecycle and non-economical repair index. The replacement instrumentation must be able to act as a centrifuge specifically for cytological specimens and slides. The instrument must operate at 110v with programable cycle times. The rotor speed must be between 100 and 2000 rpm. The instrument must include a locking lid for safety while the rotor is spinning while accommodating cytological slides. The cytological rotor should be included with the centrifuge and include slide brackets. The instrument must fit within a 2ft3 (24”x24”x24”) area with the lid closed and open.

Location:

The equipment will be used in the Olin E. Teague Veterans' Center, 1901 Veterans Memorial Drive, Temple, TX 76504-7451

Salient Characteristics: See table below.

Common Nomenclature:

Cytological Centrifuge

Electrical Data:

115V AC 10 amperes, 60Hz

Dimensions, size, capacity:

24” W x 24” D x 24”H

Principles of operation:

Centrifuge and Stainer

Restrictive environmental conditions:

20-25 degrees C, relative humidity range of 30-60%

Intended use:

Application of centrifugal force to evenly apply staining chemicals onto cytological slides to highlight the necessary homological specimens.

Other pertinent information that describes the item, material or service required:

Completely Enclosed Rotor Chamber

See-Through High-Strength Lid

Dual Safety Interlock System - To Ensure the Lid Closed and Locked

Audible End-Of-Run Indicator Is User Settable

Lock Settings to Prevent Accidental Changes

Run Timer (1-99 mins)

Speed Settable in RPM or RCF

Simultaneous Digital RPM and RCF Display

Rotor and slide holder adaptors included

Period of Performance:

Purchase and delivery of instruments to Olin E. Teague Veterans Center; Pathology & Laboratory Medicine Service; Hematology Department; within 120 days of award of the contract to purchase. No base or option years required.

Deliverables/Supplies:

There are no supplies or deliverables with this contract request, equipment only.

Vendor Security Contract Requirements:

This vendor requires no access to VANTHCS or any VA information system.

NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA.

PERSONNEL QUALIFICATIONS:

The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The history of each contractor employee must contain experience directly related to the task and functions he/she intends to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purpose of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the /SOWPWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual.

Specific Personnel Qualifications Requirements:

Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum: Be qualified by the contractor as capable to perform as a field service representative.

PERFORMANCE STANDARDS AND QUALITY MEASUREMENT:

Performance Standards:

The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards.  The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL).  The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection.

Performance Evaluation:

After acceptance of the contract the system will be monitored for equipment performance including but not limited to; safety (recall Notifications and changes in reagents and equipment notifications), quality assurance (emergency repairs response, hot line troubleshooting response, quality of results compared to peer groups and CAP performance) and documentation (invoice accountability and invoice verification, equipment specification and user manuals), customer satisfaction (response to complaints and laboratory employees training).

Operating Constraints:

The instrument must be operational with 110v with a programable rotor speed of up to 2000rpm; it must be able to accommodate at least eight cytological slides for spinning, have a function to program run times, and the lid must lock for safety. The instrument must fit within a 2ft3 (24”x24”x24”) area with the lid closed and open.

DISCLAIMER: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES.

However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Due to technical issues, please allow additional time if you’re using electronic means.

Responses received will be evaluated; however, a determination by the Government to award proposed procurement based upon responses received to this notice is solely within the discretion of the Government.

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.