Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOLICITATION NOTICE

66 -- Anatomic Pathology tracking system

Notice Date
1/21/2026 6:32:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25026Q0232
 
Response Due
1/27/2026 12:00:00 PM
 
Archive Date
03/13/2026
 
Point of Contact
joseph.cogswell@va.gov, Joespheph Cogswell
 
E-Mail Address
Joseph.Cogswell@va.gov
(Joseph.Cogswell@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Overhaul subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ, and the solicitation number is 36C25026Q0232. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2025-06 (Oct 01, 2025). The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1000 employees. The FSC/PSC is 6640 (Laboratory Equipment and Supplies). The Richard L. Roudebush VA Medical Center, Indianapolis IN, FOB destination, is seeking the procurement, delivery, and installation of Blood Bank item (s). Supply necessary materials and/or parts for a fully integrated Anatomic Pathology tracking system, per the requirements listed below. The Richard L. Roudebush VA Medical Center anticipates the award of a firm fixed-price contract. All interested offerors shall provide quotes for the following: Requirements: Anatomic Pathology tracking system - This is a brand name requirement. The purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. Mfr Part No Description QTY Cerebro Server 1 66.0151 CER CMD SERVER 1 2 66.6442 CER CMD SERVER SW 1 3 66.0154 CER CMD ACCESSIONING STN 3 4 66.4530 CER 24"" WORKSTATION 3 5 66.4531 CER POWER CORD USA 24 6 66.6444 CER CMD ACCESSIONING SW 8 7 66.4536 CER BC SCANNER WIRED ZEBRA 17 8 66.4538 CER BC SCANNER WIRED ZEBRA STAND 18 9 66.4501 CER 15"" WORKSTATION 13 10 66.4505 CER STAND, WALL, FLEX ARM, VESA 6 11 S21.4605.E BOND Cognitive Slide Labeller 5 12 66.4502 CER KEYBOARD, USA 1 13 66.4503 CER MOUSE 2 BUTTON USB 1 14 66.0157 CER CMD GROSSING STN 2 15 66.6445 CER CMD GROSSING SW 2 16 66.0160 CER CMD PROCESSING STN 1 17 66.6446 CER CMD TISSUE PROC SW 1 18 66.4537 CER BC SCANNER WIRELESS ZEBRA 3 19 66.0163 CER CMD EMBEDDING STN 2 20 66.6447 CER CMD EMBEDDING SW 2 21 66.0166 CER CMD SECTIONING STN 6 22 66.4504 CER STAND, DESK, FLEX ARM, VESA 5 23 66.6448 CER CMD SECTIONING SW 6 24 66.0172 CER CMD SENDOUT STN 1 25 66.6450 CER CMD SEND-OUT SW 1 26 66.0175 CER CMD UNIVERSAL STN 1 27 66.6451 CER CMD UNIVERSAL SW 2 28 66.6453 CER CMD REPORTING SRV + 15 CAL 1 29 66.6459 CER CMD INSTR CONN. 3RD PARTY INST 1 30 66.6455 CER CMD LIS CONN. SRV 1 31 66.6465 CER CMD TEST / BACKUP ENVIRONMENT 1 32 9FULL_CEREBRO Support and Maintenance 1 Please see attached VA INFORMATION AND INFORMATION SYSTEM SECURITY AND PRIVACY LANGUAGE FOR INCLUSION IN CONTRACTS, AS APPROPRIATE SALIENT CHARACTARISTICS Blood Bank Analyzer & Reagents 1. Scope: The system shall be designed to incorporate the unique functions of each phase of preparing pathology tissue specimens into the software package, from creating labels at accessioning, identifying and grossing the tissue specimens at the next station, and finally to sending the prepared tissue cassettes through the remaining stations until the entire surgical pathology slide preparation process has been completed. Additionally, the user can add blocks at a later time and can easily make extra, appropriately barcoded and labeled slides as requested. Workstation must interface with other equipment on station in the Histology lab allowing the user to perform automated staining with ease. Workstation must allow for seamless tracking of Anatomic Pathology tissue specimens from start to finish. Additionally, the tracking system must have current and approved Technical Reference Model (TRM) and a current and approved Enterprise Risk Analysis Report (ERAR). The system must interface with VistA and display must successfully be implemented at VA Ann Arbor Medical Center in Michigan, the James A Haley Veterans Hospital in Tampa, Florida, VA Northern Indiana Healthcare System in Fort Wayne, Indiana, and the Audie L Murphy Memorial Veterans Hospital in San Antonio, Texas or be able to communicate with current systems at the locations. Current workstation at the locations is the Cerebro Workflow Management System. System must be able to allow pathologists to remotely request additional studies from their offices in place of hand written requests. (End of Salient Characteristics) The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul Quotes must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quotes may be submitted on letterhead stationery or as otherwise specified in the solicitation. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEPT 2023) FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (DEC 2023) FAR 52.225-2, Buy American Certificate (OCT 2022) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the� Contracting Officer� will make their full text available. Also, the full text of a clause� may� be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.273-70, Late Offers (NOV 2021) (End of Addendum to FAR 52.212-1) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (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) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 328) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (DEC 2023) (Pub. L. 115 390, title II) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) FAR 52.219-28, Postaward Small Business Program Rerepresentation (JAN 2025) FAR 52.222 35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222 37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2025) FAR 52.225-1, Buy American Supplies (OCT 2022) FAR 52.225 5, Trade Agreements (NOV 2023) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.208-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or PBAs (NOV 2022) VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (NOV 2022) VAAR 852.212-71, Grey Market and Counterfeit Items (Feb 2023) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) VAAR 852.246-71 Rejected Goods (OCT 2018) Award Basis Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most advantageous/favorable to the Government. Responses should contain your best terms and conditions. The following are the decision factors: Price, sufficient documentation to evaluate the functional and technical specifications compared to Statement of Work, Buy American Act Certificate, copy of OEM s Authorized Distributor letter (if applicable), and estimated schedule for delivery. Warranty/Extended Warrant details and Delivery/Installation Schedule. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received via email not later than 3:00PM EST on Tuesday, January 27, 2026, to Christopher.gundy@va.gov. No submission received after the above-mentioned date and time will be accepted. Subject line must contain RFQ 36C25026Q0232 Anatomic Pathology tracking system . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below by 3:00PM EST on Friday, January 23, 2026. Responses will be posted by 3:00PM EST on Monday, January 26, 2026. No telephone calls will be accepted. Point of Contact Christopher Gundy, Email: Christopher.gundy@va.gov and Joseph Cogswell, joseph.cogswell@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5d51efa70c514fcea649a132eba3fbf6/view)
 
Place of Performance
Address: Richard L. Roudebush VA Medical Center 1481 W 10th ST Indianapolis, IN 46202, USA
Zip Code: 46202
Country: USA
 
Record
SN07692773-F 20260123/260121230036 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.