Search Contract Opportunities

Capital Purchase of Microtomes for Multiple Locations

ID: 36C25925Q0697 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Request for Quote (RFQ) #: 36C25925Q0697 Capital Purchase Microtomes for Multiple Locations per Statement of Need. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm MT, 08/20/2025) All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to (Devin.Reichert@va.gov) no later than 4:00pm MT, (8/29/2025). Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is (36C25925Q0697). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 effective August 7, 2025. The North American Industrial Classification System (NAICS) code for this procurement is (334516) with a small business size standard of (1000 Employees). This solicitation is a 100% set-aside for (Small Businesses). List of Line Items Fixed Price: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Laboratory Rotary Microtome for Jack C. Montgomery VA Medical Center (JCMVAMC), Period of Performance 09/30/2025 4/30/2026 1 EA $ $ 0002 Laboratory Microtome with Foot Pedals for the Rocky Mountain Regional VA Medical Center (RMRVAMC) Period of Performance 09/30/2025 4/30/2026 2 EA $ $ The offer must meet the following salient characteristics for quantity 1 Laboratory Rotary Microtome for the Jack C. Montgomery VA Medical Center (JCMVAMC), located at 1011 Honor Heights Dr, Muskogee, OK 74401: Item Description : Laboratory Rotary Microtome Quantity: 1 Section Counter: Resettable section counter Trimming Stages: At least two quick-trim stages (10 m and 30 m) independent from the preset fine section thickness Orientation and Positioning: X/Y fine orientation with reproducible zero positioning Manual coarse feed wheel Specimen Retraction: Specimen retraction that can be deactivated when needed Stroke Length: Long stroke length (64 mm) to provide sectioning of Macro cassettes Waste Management: Removable section waste tray that covers the entire working area Cassette Handling: Quick Release Cassette Clamp Blade Holder: Accommodates both high- and low- profile blades Movable blade guard that covers the entire blade in any position. Clearance angle adjustments. Compliance: Must meet regulations from: - The Joint Commission (TJC) - Clinical Laboratory Improvement Amendments (CLIA) - Occupational Safety and Health Administration (OSHA) Minimum Warranty: These items shall be covered under the manufacturer s warranty and shall include all parts and labor for a minimum of one year following acceptance by the VAMC The offer must meet the following salient characteristics for quantity 2 Laboratory Microtome with Foot Pedals for the Rocky Mountain Regional VA Medical Center (RMRVAMC), located at 1700 N Wheeling St, Aurora, CO 80045-7211: Item Description Automatic Microtome and Foot Pedal Quantity: 2 Safety and Control: Automatic electronic brake Power Supply: Nominal supply voltage: 110 / 120 / 230 / 240 Specimen Feed: Specimen feed range: 24 mm 1 mm Motorized Sectioning: Speed: 0 420 mm/s 10% Section Thickness: Section thickness settings range: 0.5 100 m Trimming Section Thickness: Trimming section thickness settings range: 1 600 m Documentation: Operator s manual: Provided in paper or electronic format Compliance: Must meet regulations from: - The Joint Commission (TJC) - Clinical Laboratory Improvement Amendments (CLIA) - Occupational Safety and Health Administration (OSHA) Minimum Warranty: These items shall be covered under the manufacturer s warranty and shall include all parts and labor for a minimum of one year following acceptance by the VAMC Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: One (1) Laboratory Rotary Microtome: Jack C. Montgomery VA Medical Center 1011 Honor Heights Dr, Muskogee, OK 74401 Two (2) Microtomes with Foot Pedals: Rocky Mountain Regional VAMC 1700 North Wheeling Street Aurora, CO 80045 (vii) 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Delivery Requirement for Activation; (III) Price; (IV) Completion of FAR 25 Provision FAR 52.225-2. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the products submitted meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Delivery Requirement for Activation The offeror shall deliver this product between January 8th 2026 and February 9th 2026. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume IV Completion of FAR 25 Provision The offeror shall complete the provision required by FAR Part 25. Provision FAR 52.225-2. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Delivery Requirement for Activation Factor 3. Price Factor 4. Completion and Submission of FAR 25 Provision. FAR 52.225-2. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Delivery Requirement for Activation The offeror shall deliver this product between January 8th 2026 and February 9th 2026. Factor 3. Price: The Government will evaluate the price by adding the total of all line-item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 4. Completion of FAR 25 Provision: The Government will evaluate the responses an offeror makes to Attachment - FAR 52.225-2 for completeness. The Government will evaluate quotes of foreign and domestic offers IAW FAR Part 25. The offeror will complete the provision if required IAW FAR 25. FAR 52.225-2. (End of Addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) applies to this acquisition. 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 Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(s). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW FAR 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the FAR or VAAR. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (July 2025) (DEVIATION JUL 2025) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation (FEB 2024) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2024) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.223-23 Sustainable Products and Services (MAY 2024) (DEVIATION FEB 2025) FAR 52.225-1 Buy American- Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.225-2 Buy American Certificate The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (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) FAR 52.223-10 Waste Reduction Program (MAY 2024) (DEVIATION FEB 2025) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Devin.Reichert@va.gov by 04:00PM MT, 08/29/2025. Name and email of the individual to contact for information regarding the solicitation: Devin Reichert Devin.Reichert@va.gov
Background
The Department of Veterans Affairs is issuing this Request for Quote (RFQ) #: 36C25925Q0697 for the capital purchase of microtomes to support multiple locations. The goal of this contract is to procure laboratory equipment that meets specific technical requirements for the Jack C. Montgomery VA Medical Center and the Rocky Mountain Regional VA Medical Center, ensuring compliance with relevant regulations and standards.

Work Details
The contract includes the following line items:

1. **Laboratory Rotary Microtome** for Jack C. Montgomery VA Medical Center (JCMVAMC)
- Quantity: 1 EA
- Salient Characteristics:
- Resettable section counter
- At least two quick-trim stages (10 μm and 30 μm)
- X/Y fine orientation with reproducible zero positioning
- Manual coarse feed wheel
- Specimen retraction that can be deactivated
- Long stroke length (64 mm)
- Removable section waste tray covering the entire working area
- Quick Release Cassette Clamp
- Accommodates both high- and low-profile blades with movable blade guard
- Compliance with TJC, CLIA, OSHA regulations required.
- Minimum warranty of one year post-acceptance.

2. **Laboratory Microtome with Foot Pedals** for Rocky Mountain Regional VA Medical Center (RMRVAMC)
- Quantity: 2 EA
- Salient Characteristics:
- Automatic electronic brake
- Power supply voltage: 110 / 120 / 230 / 240
- Specimen feed range: 24 mm ± 1 mm
- Motorized sectioning speed: 0 – 420 mm/s ± 10%
- Section thickness settings range: 0.5 – 100 µm; Trimming thickness range: 1 – 600 µm
- Operator’s manual provided in paper or electronic format.
- Compliance with TJC, CLIA, OSHA regulations required.
- Minimum warranty of one year post-acceptance.

Period of Performance
The period of performance for the delivery of these items is from September 30, 2025, to April 30, 2026.

Place of Performance
Delivery will be made to the following locations:
- Jack C. Montgomery VA Medical Center, 1011 Honor Heights Dr, Muskogee, OK 74401 (1 Laboratory Rotary Microtome)
- Rocky Mountain Regional VAMC, 1700 North Wheeling Street, Aurora, CO 80045 (2 Microtomes with Foot Pedals)

Overview

Response Deadline
Aug. 29, 2025, 6:00 p.m. EDT Past Due
Posted
Aug. 15, 2025, 10:10 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Department of Veterans Affairs VISN 19 Multiple Locations
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
$6,640 (value based on agency estimated range)
Signs of Shaping
94% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 8/15/25 VISN 19: Rocky Mountain Network issued Synopsis Solicitation 36C25925Q0697 for Capital Purchase of Microtomes for Multiple Locations due 8/29/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334516 (SBA Size Standard 1000 Employees) and PSC 6640.
Primary Contact
Title
Contract Specialist
Name
Devin Reichert   Profile
Phone
(303) 712-5709

Documents

Posted documents for Synopsis Solicitation 36C25925Q0697

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C25925Q0697

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C25925Q0697

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C25925Q0697

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NETWORK CONTRACT OFFICE 19 (36C259)
FPDS Organization Code
3600-00259
Source Organization Code
100176750
Last Updated
Aug. 15, 2025
Last Updated By
Devin.Reichert@va.gov
Archive Date
Sept. 28, 2025