6632--Chemistry CPRR with Automation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) has awarded a Firm-Fixed Price contract for Clinical Chemistry and Immunochemistry Cost-Per-Reportable-Result (CPRR) with Automation to Abbott Laboratories Inc. This award, valued at $3,378,770.75, supports the Tampa VA Healthcare Network (TVAHCN) and its satellite clinics from April 1, 2026, to March 31, 2027.
Scope of Work
The contract requires the provision of an integrated, automated platform for clinical chemistry and immunochemistry testing. This includes instrumentation, software, reagents, calibrators, quality control materials, and all necessary consumables and replacement parts. Services cover multiple TVAHCN locations: James A. Haley Veterans Hospital, New Port Richey VA Outpatient Clinic, Lakeland Community-Based Outpatient Clinic, and Temple Terrace VA Clinic and Mental Health Facility. The contractor is responsible for hardware and software upgrades, maintenance, and ensuring compliance with Federal, State, local, FDA, and manufacturer guidelines.
Contract Details
- Awardee: Abbott Laboratories Inc.
- Award Amount: $3,378,770.75
- Contract Type: Firm-Fixed Price
- Period of Performance: April 1, 2026 – March 31, 2027
- Award Date: March 31, 2026
- Set-Aside: Sole source acquisition under Federal Supply Schedule (FSS) Contract 36F79719D0024. Market research indicated no capable Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) firms.
Key Requirements
The contractor must furnish all instrumentation, software, and automation components, including track line systems and operating systems. This encompasses upgrades, maintenance, and the supply of all reagents and consumables. The contract specifies detailed test menus and annual volumes. Data management systems must include test and product accounts, sufficient data storage, and compatibility with the government's Data Innovations Instrument Manager. The contractor must provide quarterly preventative maintenance, full on-site technical support (M-F, 8:30 am - 5:00 pm), and 24/7 telephone support with 24-hour on-site response for repairs. Strict performance standards and downtime definitions are outlined, along with comprehensive VA-specific security, privacy, and records management obligations.
Additional Notes
This was an emergency sole source acquisition justified by an urgent and compelling need due to staffing changes, which prevented a longer-term competitive solution. Failure to proceed with the current vendor would have risked systemic breakdown in patient testing and clinical service continuity. The VA intends to pursue a more appropriate acquisition strategy for future needs.