Skip to content
Department of Veterans Affairs

6550--ROCHE 5800 CPT IDIQ

Solicitation: 36C26226Q0313
Notice ID: e72f293eeddf444d9f7cbabe11c43bf6
TypeCombined Synopsis SolicitationNAICS 325413PSC6550DepartmentDepartment of Veterans AffairsPostedFeb 10, 2026, 12:00 AM UTCDueFeb 19, 2026, 06:00 PM UTCExpired

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: Department of Veterans Affairs VISN 22 Wide, Multiple Locations • United States. Response deadline: Feb 19, 2026. Industry: NAICS 325413 • PSC 6550.

Market snapshot

Awarded-market signal for NAICS 325413 (last 12 months), benchmarked to sector 32.

12-month awarded value
$46,615,804
Sector total $1,191,050,910 • Share 3.9%
Live
Median
$15,031,205
P10–P90
$3,056,169$27,006,241
Volatility
Volatile159%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+476%($32,815,804)
Deal sizing
$15,031,205 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 →
Live POP
Place of performance
Department of Veterans Affairs VISN 22 Wide, Multiple Locations • United States
Contracting office
Gilbert, AZ • 85297 USA

Point of Contact

Name
Clift Domen
Email
Clift.Domen@va.gov
Phone
562-766-2241

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
262-NETWORK CONTRACT OFFICE 22 (36C262)
Office
Not available
Contracting Office Address
Gilbert, AZ
85297 USA

More in NAICS 325413

Description

Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26226Q0313 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2025-06, October 1st, 2025. (iv) This solicitation intends to award a contract through Full and Open competition to businesses associated with NAICS North American Industrial Classification System Code 325413 with a size standard of 1,250 employees. (v) See Attachment A Price Schedule for a list of line-item numbers, quantities, and units of measure. (vi) The Department of Veterans Affairs (VA) seeks to make an Indefinite-Delivery Indefinite-Quantity contract for a Roche 5800 CPT. See Attachment A Price Schedule and Attachment B - Statement of Work for a listing of Minimum System Requirements (Salient Characteristics) and other requirements. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed in Attachment B Statement of Work. The information provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the requested system that conforms to all requirements. SOLICITATION / CONTRACT ADMINISTRATION DATA SECTION A GENERAL TERMS A.1 SOLICITATION / CONTRACT ADMINISTRATION DATA IDIQ ADMINISTRATION: All IDIQ administration matters shall be handled by the following individuals: OFFERER / CONTRACTOR: [Primary Contractor Contact]: [Company]: [Street Address]: [City, State, Zip]: [Phone number]: [Email address]: [DUNS Number]: GOVERNMENT: Samuel Han, Contracting Officer Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2314; Samuel.Han@va.gov Clift Domen, Contract Specialist Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2241; Clfit.Domen@va.gov OFFEROR REMITTANCE ADDRESS: All payments by the Government to the Offeror will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer - Other than Central Offeror Registration, or [ ] 52.232-36, Payment by Third Party INVOICES: Invoices shall be submitted in arrears: Quarterly [] Semi-Annually [] Other [ X ] (Monthly) GOVERNMENT INVOICE ADDRESS: All invoices from the Offeror shall be submitted electronically to: https://us.tungsten-network.com/. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to https://sam.gov/ and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the offer. A.2 DESCRIPTION OF AGREEMENT INTENT: In the spirit of the Federal Acquisition Streamlining Act and pursuant to Federal Acquisition Regulation (FAR) Part 12, FAR Part 13 and FAR Part 16, the Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22 establishes this Single Award Indefinite-Delivery Indefinite-Quantity contract for Roche 5800 CPT described within this solicitation. In addition, as requirements change, facilities within VISN 22 may be added or deleted by supplemental agreement of the Government and the Contractor. TERM OF AGREEMENT: This IDIQ shall be a one (1) year base period plus four (4) optional one-year renewal periods which will be reviewed, at least, annually In Accordance With (IAW) FAR Part 13.303-6 to ensure the IDIQ terms are met, to assess current market conditions and to determine price reasonableness. Additional discounts maybe requested by VISN 22 at any time. If the Contractor fails to perform in a manner satisfactory to the Contracting Officer (CO), this IDIQ may be canceled with a thirty (30) day written notice to the Contractor by the CO. PARTICIPATING FACILITIES:. VA Greater Los Angeles Healthcare System | 11301 Wilshire Blvd, Los Angeles, CA 90073 VA Loma Linda Healthcare System | 11201 Benton Street Loma Linda, CA 92357 VA Long Beach Healthcare System | 5901 E. 7th Street, Long Beach, CA 90822 VA Phoenix Healthcare System | 650 E Indian School Rd, Phoenix, AZ 85012 VA Prescott Healthcare System | 500 North Hwy 89, Prescott, AZ 86313 VA Tucson Healthcare System | 3601 S 6th Ave, Tucson, AZ 85723 VA Albuquerque Healthcare System | 1501 San Pedro Dr SE, Albuquerque, NM 87108 IDIQ LIMITS: The guaranteed minimum award amount for this IDIQ contract is $300.00. The maximum aggregate value / ceiling of the orders that can be placed under this contract is $7,500,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum amount. IDIQ ORDERS: This IDIQ is a pricing agreement and does not obligate any funds. The Government is obligated only to the extent of authorized IDIQ Delivery Orders (DO) issued under the IDIQ by authorized individuals. DO s shall be identified by the IDIQ Number TBD and DO Number TBD. Any DOs issued during the effective term of this IDIQ shall be completed by the Contractor within the time specified in the DO, including all option years. All products ordered under DO s shall be subject to the terms and conditions of this IDIQ. The Contractor shall accept the price, terms and conditions of an issued DO as long as they do not conflict with the terms set forth in the IDIQ. DO s shall be limited to $2,000,000.00 per order. This amount is subject to change if additional facilities are added to the IDIQ within VISN 22. ORDERING METHOD: All orders shall be placed against valid DO s signed by the CO. The CO shall designate primary facility Point of Contacts (POC s), as necessary, which may coordinate delivery quantities and schedule via Electronic Data Interchange (EDI), telephone, facsimile, email or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. IDIQ PROGRAM MANAGER: The Contractor shall provide a primary IDIQ program manager who shall be responsible for the performance of the work under the IDIQ. In addition, the program manager shall act as the main focal point of communication between the CO and the Contractor. The name of this person shall be designated in writing to the CO. The program manager shall have full authority to act on behalf of the Contractor on all contractual/IDIQ matters relating to daily operation of the IDIQ. Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: ORDERING CONTACT: The Contractor shall list in the spaces below the name(s) and address(es) of customer service departments with whom the Government facilities shall place orders: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: DELIVERY: The Contractor shall deliver all supplies and services identified in the schedule to the locations identified in Section A.2.3, Participating Facilities. The delivery location is subject to change as required by the designated authority or authorized personnel at the receiving facility. The primary facility POC shall be required to notify the Contractor when delivery locations have been changed. All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: Contractor name, IDIQ number, DO number, VA obligation number, date of order, date of delivery, itemized list of products furnished, including product description and quantity shipped. All deliveries shall be made during normal working hours from 8:00 a.m. to 4:30 p.m., unless specified otherwise. Standard orders shall be delivered within no more than four (4) working days after receipt or placement of order. Emergency deliveries may be necessary on rare occasions and may occur outside of working hours from 4:30 p.m. to 8:00 a.m. Under emergency occurrences, the Contractor shall deliver to the Government site in the most expeditious manner possible without additional cost to the Government, unless expedited shipping/delivery is approved by the primary facility POC, CO or other authorized individual. The Contractor shall provide an emergency point of contact, if different from the standard points of contacts. . No product substitutions shall be made by Contractor without prior approval of the treating facilities primary Point of Contact. However, if substitution would further obligate the government, the Contractor shall have approval of a warranted Contracting Officer. PACKAGING: All supplies shall be adequately packaged to prevent damage during shipping, handling and storage. Bags or packages shall be whole, intact, and not otherwise torn or damaged. Upon delivery, the Government shall examine all packages. The Contractor shall be required to replace unacceptable or damaged products at the Contractor s expense. INVOICING AND PAYMENT INFORMATION: An itemized invoice shall be submitted at least monthly or upon expiration of this IDIQ, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. Invoices shall be submitted to WWW.TUNGSTEN-NETWORK.COM in accordance with FAR Part 52.232-34, Payment by Electronic Funds Transfer and VAAR Part 852.232-72. The following information shall be listed on all invoices (Failure to comply may result in refusal of an invoice resulting in delayed payment at the fault of the Contractor). Facility s Name and address where service was provided IDIQ Number (For Example: 36C26221D0001) Task Order Number (For Example: 36C26221N0001) Obligation Number (For Example: 600-C17001) A Line Item break down of usage for example: Line item 1 GI Scope Lease: 1 MO at $400.00 Line item 4 GI Service Maintenance: 1 MO at $10.00 Include the period of time that is being invoiced for in the invoice. IDIQ Holder s Internal Contract number (if applicable) Include point of contact for concerns and questions. Contractor must name a specific person, phone number and email. IDIQ REVIEW: The Contractor shall conduct a complete IDIQ review with the CO/CS, at least annually and as requested by the CO/CS, to ensure the IDIQ terms and conditions are being met, analyze and project item ordering trends, and discuss all other actions that are within the scope of this IDIQ. (vii) Delivery Requirements: Place of Delivery: See section A.2.3., Participating Facilities. Period of Performance/Delivery Timeframe: The period of performance will start shortly after award for a one (1) Year Base Period with the Government having the option to exercise four (4) one-year renewal periods in conjunction with 52.217-9. Additional Delivery Requirements Orders shall be made on an as-needed basis throughout the period of performance not to exceed stated totals within the schedule without a supplemental agreement between the Contractor and Contracting Officer in accordance with 52.212-4(c) and 52.217-6. All shipping shall be inclusive of prices within the schedule and FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this solicitation. Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Thursday, February 19th, 2026, 10:00 AM PST. Ensure to reference solicitation number 36C26226Q0313 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Thursday, February 12th, 2026, 8:00 AM PST. Offers shall be sent by email to Clift Domen at Clift.Domen@va.gov. Offerors shall submit the following via email: Please submit a completed Attachment A Schedule of Pricing. Offerors shall fill out all green fill-ins/tabs of Attachment A conforming to requirements stated by the salient characteristics and the instructions below. Tabs 1 5. Base and Option Years: Offerors shall complete tabs 1 5, CLIN 1 for incremental, annual service price that meet the requirements in Attachment B, Section 2.6. Offerors shall complete Column B with the required reagents, consumables, controls, etc. required for each test listed in CLINs 2 13. Offerors shall complete Column C with the manufacturer part numbers for each reagent, consumables, controls, etc. Offerors shall additionally complete Columns E G of tabs 1-5 if providing an equivalent product. If providing an equivalent product, offerors shall either provide information regarding how their product meets the salient characteristics in this Statement of Work in Column H or alternatively may state where in the offeror s overall submission that information can be found. See 52.211-6 for additional information. Offerors shall complete Column I with the quantity of consumables, controls, etc. required for each test based on the annual test quantities listed. The prefilled quantities per CLINs 2 - 13 are the estimated annual volume for each test. Offerors shall complete Column K with the quantity of tests per kit. Offerors shall complete Column M with the price per kit. Tab 6. Total Amount: This tab provides the total annual cost per year. Tab 6 is provided for informational purposes; there are no actions to be completed by offerors. Instructions for Tab 7. ADDITIONAL PRICING SHEET: Offerors shall complete columns A E for any additional items, equipment, reagents, controls, supplies, etc. that are priced separately and not included in the overall offered CPT price. Product Information Please provide informational brochures for all offered instruments/analyzers. (No more than 10 pages in PDF, MS WORD, or MS PPT format) Please provide information on the size (i.e. volume) for each reagent container. Vendor shall provide the approximate number of tests that can be completed per each reagent container. (No more than 10 pages in PDF, MS WORD, or MS PPT format) Please provide supply maintenance protocols and time stated to perform procedures. (No more than 10 pages in PDF, MS WORD, or MS PPT format) (End of Provision) (ix) 52.212-2 Evaluation -- Commercial Products and Commercial Services, (Nov 2021) (a) 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 following factors shall be used to evaluate offers: Lowest priced quotation that meets all minimum system requirements in Attachment B and (any other stated requirements such as additional delivery requirements) that is both responsive and responsible. Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics (see Attachment A and B). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Products and Commercial Services, with this solicitation or ensure SAM.gov is updated with current information. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition. (xiii) The following clauses also apply: 52.216-1 - Type of Contract (Apr 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of provision) 52.216-18 Â Ordering (Aug 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from ____TBD______ through ______TBD______ . (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered "issued" when (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of clause) 52.216-19 - Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than ______$500.00_______, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of ______$2,000,000.00_______; (2) Any order for a combination of items in excess of _____$3,000,…

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Executive summary

The Department of Veterans Affairs is seeking a single Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for a Roche 5800 CPT. The maximum aggregate value of the contracts will be $7,500,000, with a guaranteed minimum of $300. Quotations must include documentation demonstrating compliance with technical specifications outlined in the Statement of Work.

What the buyer is trying to do

The buyer aims to secure an IDIQ contract for the delivery of Roche 5800 CPT equipment, meeting specific technical specifications and facilitating procurement across multiple VA healthcare facilities.

Work breakdown
  • Prepare response package demonstrating compliance with technical specifications.
  • Complete price schedule as per the attached requirements.
  • Develop a strategy for engaging with VA procurement personnel.
Response package checklist
  • Completed price schedule as outlined in Attachment A.
  • Demonstration of compliance with the technical specifications in Attachment B.
  • Acknowledgment of amendments, if applicable.
Suggested keywords
Roche 5800 CPTIDIQ contractVA healthcaremedical equipment procurementfirm-fixed price
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details on period of performance and delivery timelines are unspecified.
  • Specific minimum system requirements in the Statement of Work attachment are not detailed.

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.