Q301--VA Phoenix Chemistry/IA CPT IDIQ
ID: 36C26223R0185Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Aug 24, 2023, 7:48 PM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 21, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Chemistry and Immunochemistry testing services at the VA Phoenix Health Care System in Arizona. The procurement aims to establish a comprehensive Cost Per Test (CPT) system that includes reagents, testing equipment, service maintenance, and associated supplies, with a minimum obligation of $1,000 and a maximum ceiling of $10 million over a five-year period. This initiative is crucial for enhancing laboratory capabilities and ensuring efficient healthcare delivery to veterans, with proposals due by February 21, 2025, at 1:00 PM Pacific Time. Interested vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314 for further information.

Point(s) of Contact
Daniel RuizContracting Officer
(562) 766-2280
Daniel.Ruiz@va.gov
Files
Title
Posted
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
The document is an amendment to a previous combined solicitation issued by the Department of Veterans Affairs, concerning a contract labeled 36C26223R0185 for chemistry-related services. The solicitation is open for responses until September 11, 2023, at 8:00 AM Pacific Time. It is categorized under the Product Service Code Q301 and the NAICS code 334516, with no recovery act funds set aside for this contract. The contracting office is located in Long Beach, California, and the point of contact for interested vendors is Contracting Officer Daniel Ruiz. Additionally, the amendment refers to an attached document (36C26223R0185 0001) for further details. The overall purpose of this document is to facilitate the procurement process within the VA, ensuring that vendors are informed about necessary changes and requirements for submitting proposals.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
This document is a modification of a Solicitation related to a contract administered by the Department of Veterans Affairs, specifically the Network Contracting Office 22. The primary purpose is to correct errors in the solicitation document, including mistakes on the SAM.gov website and typographical errors. Additionally, it reaffirms the deadline for offer submissions, which is now set for September 11 at 8:00 am. The document outlines the requirements for acknowledging the amendment, emphasizing the necessity for bidders to confirm receipt before the specified deadline to avoid rejection of their offers. The structure includes various administrative sections for referencing solicitation and contract details, enhancing clarity regarding the modification process. Overall, the modification ensures transparency and accuracy in the procurement process, crucial for maintaining integrity in federal contracting procedures.
Jan 30, 2025, 8:05 PM UTC
The document concerns an amendment to a previous combined solicitation related to the VA Phoenix Chemistry/IA CPT IDIQ (Indefinite Delivery/Indefinite Quantity) contract managed by the Department of Veterans Affairs. The solicitation number is 36C26223R0185, and responses are due by September 18, 2023, at 08:00 AM Pacific Time. The contracting office is located at 4811 Airport Plaza Drive, Suite 600, Long Beach, CA 90815, with Daniel Ruiz designated as the point of contact. The solicitation does not involve Recovery Act funds and falls under product service code Q301 and NAICS code 334516. Attached documentation provides further details regarding the amendment. The overall goal of this solicitation and amendment is to streamline procurement processes while ensuring the provision of essential services to Veterans.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 22. The primary purpose of this amendment is to extend the due date for the submission of offers related to the contract identified as 36C26223R0185. The new deadline for receipt of offers has been set for September 18, 2023, at 8:00 AM PDT. The amendment outlines the requirements for acknowledging the receipt of this amendment, stating that failure to do so may result in the rejection of offers. It emphasizes the need for potential contractors to respond appropriately to ensure their considerations are included. The document also confirms that all other terms and conditions of the original solicitation remain unchanged and in full effect. It is categorized under standard government contracting procedures, reflecting the structured nature of government RFP processes.
Mar 26, 2024, 4:41 PM UTC
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
The document pertains to an amendment of a previous combined solicitation for services related to the VA Phoenix Chemistry/IA CPT IDIQ contract. The Contracting Office, located in Long Beach, CA, is under the Department of Veterans Affairs and operates within the Network Contracting Office 22. The solicitation number is 36C26223R0185, with a response deadline set for September 18, 2023, at 8:00 AM Pacific Time. Notably, this solicitation is not funded by Recovery Act funds and is classified under Product Service Code Q301 and NAICS Code 334516. The point of contact for this solicitation is Contracting Officer Daniel Ruiz, reachable via email or phone for inquiries. Furthermore, additional information is provided through an attachment referenced within the document, indicating further details about the solicitation’s requirements. The amendment appears to refine or update aspects of the combined solicitation process, necessary for ensuring compliance and transparency in government contracting practices.
Jan 30, 2025, 8:05 PM UTC
This document is an amendment to the combined solicitation of the VA Phoenix Chemistry/IA CPT IDIQ under solicitation number 36C26223R0185. It outlines the response deadline set for July 12, 2024, at 1:00 PM Pacific Time, and specifies the contracting office located at the Department of Veterans Affairs, Long Beach, CA, with Samuel Han as the point of contact. The place of performance is the Phoenix VA Health Care System in Phoenix, AZ. The document references multiple attachments related to the solicitation, including amendments, a Chemistry-Immunoassay schedule, a statement of work, a Broad Agency Announcement (BAA), and a VA handbook. This amendment provides updated details necessary for prospective bidders and emphasizes the importance of reviewing the attachments for complete information. The purpose of the document aligns with typical government RFPs seeking proposals for necessary services and supplies for the Veterans Affairs healthcare facilities, ensuring compliance with federal procurement standards.
Jan 30, 2025, 8:05 PM UTC
The document is an amendment to a combined solicitation for the VA Phoenix Chemistry/IA CPT Indefinite Delivery/Indefinite Quantity (IDIQ) contract, identified by solicitation number 36C26223R0185. The primary purpose is to solicit proposals for pathology and laboratory medicine services at the Phoenix VA Health Care System. Important details include the response deadline of July 19, 2024, at 1:00 PM Pacific Time, and that recovery act funds are not applicable. The contracting office is located in Long Beach, California, with Samuel Han serving as the point of contact. The place of performance is at the Phoenix VA Health Care System, Arizona. Attached documents include vendor questions, the Statement of Work for Chemistry Immunoassay, and tradeoff analyses related to the RFP. This amendment reflects ongoing efforts to update and clarify the procurement process, ensuring efficient management of military healthcare services provided to veterans.
Jan 30, 2025, 8:05 PM UTC
The document is an amendment to a previous combined solicitation from the Department of Veterans Affairs, specifically for VA Phoenix Chemistry and Immunoassay (IA) services, identified by solicitation number 36C26223R0185. The deadline for responses is set for February 21, 2025, at 1:00 PM Pacific Time. The solicitation is managed by the Network Contracting Office 22 based in Long Beach, California. Key details include a focus on pathology and laboratory medicine services at the VA Phoenix Health Care System located at 650 E. Indian School Road, Phoenix, AZ. The file indicates that the procurement is not funded by the Recovery Act. It includes several attachments that provide further specifications, such as technical requirements and service schedules related to chemistry and immunoassay. The provided point of contact, Samuel Han, is available for inquiries regarding the solicitation. The overall purpose of this document is to update and clarify requirements for potential contractors addressing laboratory service needs for the Veterans Affairs system in Phoenix.
Jan 30, 2025, 8:05 PM UTC
The document pertains to the amendment of solicitation 36C26223R0185 issued by the Department of Veterans Affairs, specifically Network Contracting Office 22. The amendment is significant as it extends the proposal due date to July 12, 2024, at 1:00 PM Pacific Time. It rescinds all previous amendments (0001 - 0003) related to the solicitation, incorporating relevant answers to vendor questions into the current amendment. Additionally, it outlines a revised list of solicitation documents and attachments, emphasizing the need for participants to acknowledge this amendment in their offers. The amendment maintains the original terms of the solicitation while providing updated guidance and information necessary for prospective bidders. The document's structure follows a standard federal form, incorporating sections for contract details, amendments, and necessary signatures to ensure compliance with federal procurement protocols.
Jan 30, 2025, 8:05 PM UTC
The document is an amendment to solicitation 36C26223R0185 issued by the Department of Veterans Affairs’ Network Contracting Office 22, extending the proposal deadline to July 19, 2024, at 1:00 PM Pacific Time. The amendment includes responses to vendor queries, with an attached document addressing these questions. An updated version of the ChemIA Tradeoffs RFP and Attachment B – Chemistry Immunoassay Statement of Work (SOW) are also provided, with specific changes highlighted in the documents. The issuance of this amendment reflects ongoing engagement with vendors to ensure clarity and responsiveness in the procurement process, reinforcing the VA's commitment to effective collaboration while adhering to federal guidelines for proposal submissions.
Jan 30, 2025, 8:05 PM UTC
The document is an amendment (0006) to the solicitation 36C26223R0185 issued by the Department of Veterans Affairs, specifically by the Network Contracting Office 22 in Long Beach, CA. The primary purpose of this amendment is to extend the proposal submission deadline to February 21, 2025, by 1:00 PM Pacific Time, with no period allotted for vendor questions during this extension. Additionally, the amendment introduces several updated documents, including Attachment A (Chemistry Immunoassay Schedule), Attachment B (Chemistry Immunoassay Statement of Work), and the ChemIA Tradeoffs RFP. It also provides a dimensional drawing of the VA Phoenix laboratory space. Moreover, the amendment emphasizes the importance of complying with all proposal submission instructions, warning that failure to adhere to these requirements may lead to proposal rejection. This amendment reflects the VA's procedural rigor in managing procurement processes while encouraging vendors to maintain clarity and thoroughness in their submissions to avoid disqualification.
Jan 30, 2025, 8:05 PM UTC
The document outlines the estimated annual testing volumes for various medical tests within the Veterans Integrated Service Network 22 (VISN 22) for a five-year period. It includes projections for test volumes with a yearly increase of 3% and details on individual tests, such as Acetaminophen and Albumin, specifying both annual volumes and total expected volumes across the five-year timeline. Additionally, the document lists various tests that will necessitate specific reagents, consumables, and instruments, forming a core part of the testing procedures. Costs associated with running tests, including instrumentation and supplies, are also mentioned but not quantified. The purpose of the document appears to fit within a broader context of government RFPs and grants, as it serves as a foundational tool for assessing procurement needs and budget allocations for medical testing services. This structured approach ensures the systematic gathering of critical data necessary for funding and operational planning, reiterating the significance of efficient healthcare delivery within the department.
Jan 30, 2025, 8:05 PM UTC
The document outlines the estimated annual test volume for the VA Phoenix healthcare facility over five years, providing details for various laboratory tests along with anticipated increases in volume. The report lists tests such as Acetaminophen, Albumin, Ammonia, and numerous others, indicating both the expected annual site volumes and the total five-year base test volume. Each test is accompanied by an estimated cost and the required reagents and consumables for operation. The purpose of this document is to support the federal RFPs for laboratory services by quantifying the testing needs of the VA Phoenix facility, allowing for accurate budgeting and resource allocation. It emphasizes the importance of maintaining comprehensive data on various tests to ensure the facility can meet patient needs while complying with federal standards. Overall, the document serves to facilitate decision-making regarding contracts for laboratory services by providing detailed volume projections and associated costs, which are critical for maintaining operational efficiency in the healthcare system.
Jan 30, 2025, 8:05 PM UTC
The document details the estimated annual testing volume for various medical tests and laboratory services under VISN 22 over a five-year period. It includes specific test names, projected volumes for each year, and total expected test volumes. Each test is listed with its associated requirements for reagents and consumables, emphasizing that the volume figures are for informational purposes only and do not contain pricing information. The primary intent of this document is to provide a comprehensive overview of the testing needs and projected volumes for the healthcare system, which could inform government RFPs or grant applications related to laboratory services. The breakdown of tests includes common laboratory analyses such as blood chemistry, immunochemistry, and others, likely aimed at vendors for potential bidding. The structure includes sections for individual tests with annual volumes, a summary of reagents needed, and a space for contractor costs associated with instrument procurement and service. Overall, it serves as a resource for understanding the scope of laboratory services required while ensuring efficient planning for upcoming fiscal years and service contracts.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
The document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Department of Veterans Affairs (VA) focused on providing a Cost Per Test (CPT) system encompassing reagents, consumables, analyzers, and maintenance for Chemistry and Immunochemistry testing within VA Phoenix Health Care System. It specifies contract administration details, payment terms, invoice submission protocols, and acknowledges that the contractor will benefit from a minimum guaranteed contract award of $1,000 and a maximum ceiling of $10 million over a five-year base period. The scope requires new and advanced laboratory equipment that meets stringent performance standards, supports automated testing, and efficiently manages specimen workflows. Key features include comprehensive reagent management, connectivity to existing VA information systems, and thorough training for operators. Furthermore, the contractor must ensure compliance with federal privacy, data security, and environmental disposal regulations, alongside implementing a rigorous maintenance and warranty plan. The contract ultimately emphasizes quality performance, data integrity, and regulatory adherence for enhancing laboratory efficiency in serving veterans.
Jan 30, 2025, 8:05 PM UTC
This government file details an Indefinite Delivery Indefinite Quantity (IDIQ) contract solicitation for the Department of Veterans Affairs, specifically for Chemistry/Immunochemistry systems and related services at the Phoenix VA facility. The contractor is expected to provide a Cost Per Test (CPT) pricing model that includes all necessary reagents, maintenance, and training for government personnel. The IDIQ contract encompasses a guaranteed minimum of $1,000 and a ceiling of $10 million over a five-year period. Key requirements include the supply of state-of-the-art equipment capable of conducting a comprehensive array of testing with minimal operator intervention, along with rigorous specifications for calibration, inventory management, and specimen processing systems. Contractors must adhere to industry standards and provide continuous support, including technical assistance and detailed training programs for laboratory staff. Additionally, the contract emphasizes compliance with security, privacy, and waste management regulations pertinent to the handling of sensitive information and hazardous materials. Overall, this document serves as a formal request for proposals aimed at enhancing the VA's laboratory capabilities while ensuring high quality and efficient service delivery within regulatory frameworks.
Jan 30, 2025, 8:05 PM UTC
The document outlines an Indefinite Delivery, Indefinite Quantity (IDIQ) contract proposal by the Department of Veterans Affairs (VA) for a Cost Per Test (CPT) system catering to Chemistry/Immunochemistry needs within Veterans Integrated Service Network (VISN) 22, particularly at the VA Phoenix Health Care System. The contractor is expected to deliver a comprehensive system including reagents, analyzers, and maintenance while adhering to federal guidelines. This IDIQ contract spans five years with a minimum guaranteed award of $1,000 and a maximum ceiling of $10 million. Key specifications include requirements for instrumentation capable of various clinical tests, adherence to regulatory standards, and efficient inventory management. The contractor must also ensure continuous supply of materials, provide equipment in new condition, deliver sufficient training for personnel, and adhere to strict incident reporting and data protection protocols. The complexity of this project reflects the VA's intent to enhance laboratory operations while ensuring compliance with regulations concerning sensitive health information and operational efficiency.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
This document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract proposal for the Department of Veterans Affairs (VA), specifically targeting Chemistry and Immunochemistry testing services at the Veterans Integrated Service Network (VISN) 22 in Phoenix, AZ. The contract requires the contractor to deliver a comprehensive Cost Per Test (CPT) system, including reagents, testing equipment, service maintenance, and associated supplies for clinical testing. Key details include a minimum obligation of $1,000 and a maximum ceiling of $10 million over a five-year period. The contractor must maintain high operational standards and compliance with industry regulations, ensuring sufficient inventory levels and quality control of reagents and equipment. Furthermore, the document specifies requirements around invoicing, inventory management, and service maintenance, along with a focus on training for VA personnel. It emphasizes the need for adherence to federal laws concerning data protection, security, and environmental waste management. The summarized contract serves to communicate expectations for potential vendors in compliance with federal acquisition regulations, designed to enhance service delivery for veteran healthcare services.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), VISN 22, and <Company/Organization> outlines the responsibilities for handling Protected Health Information (PHI) under HIPAA and HITECH regulations. The agreement ensures that VISN 22 can disclose PHI to <Company/Organization> for services such as [specific services]. Key elements include defining terms like “Business Associate,” “Covered Entity,” and “Breach,” and detailing how PHI will be used, disclosed, and protected. Responsibilities assigned to the Business Associate include safeguarding PHI, notifying the VA within 24 hours of any incidents involving PHI, reporting breaches within ten business days, and ensuring compliance by subcontractors. The agreement also stipulates the ownership of PHI, obligations of both parties, procedures for amendment and termination, and emphasizes that no third-party rights are conferred. The BAA's structure includes clearly defined terms, obligations, and compliance measures designed to maintain the confidentiality and security of sensitive health information, highlighting the VA's commitment to protecting veterans' privacy while allowing for effective service delivery.
Jan 30, 2025, 8:05 PM UTC
This Business Associate Agreement between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), VISN 22, and a specified company establishes guidelines for using and disclosing Protected Health Information (PHI) in compliance with HIPAA and HITECH regulations. The agreement defines the roles of both parties, identifying VISN 22 as the Covered Entity and the company as the Business Associate responsible for providing specific services, such as medical device or transcription services. Key obligations include restrictions on PHI use and disclosure by the Business Associate, ensuring minimum necessary access, and implementing safeguards to protect PHI. The agreement mandates the Business Associate to report incidents of suspected PHI breaches and requires compliance with requests related to patient access and rights. Additionally, it outlines the ownership of PHI, requirements for subcontractors, and conditions for the termination and amendment of the agreement. This document illustrates the VA's commitment to maintaining the confidentiality and security of veterans' health information while facilitating necessary partnerships with service providers.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
The Department of Veterans Affairs (VA) Handbook 6500.6 outlines the procedures for implementing security policies within VA contracts and acquisitions. It defines responsibilities for safeguarding sensitive information managed by contractors, subcontractors, or third parties. The handbook mandates that all security considerations apply to VA contracts that involve the storage, generation, transmission, or exchange of VA sensitive data, regardless of the data's location or format. Key roles, including the VA's Chief Information Officer and various program directors, must ensure compliance with security requirements established under federal laws such as the Federal Information Security Management Act (FISMA). The document emphasizes the importance of integrating security measures at every stage of the procurement process, necessitating collaboration among program managers, contracting officers, and information security officers. Appendices provide practical checklists and security clauses that contract officers must incorporate into contracts involving sensitive information. The handbook reinforces VA's commitment to protecting sensitive data and ensuring compliance with federal information security standards, highlighting the essential partnership between VA and its contractors in maintaining security and privacy throughout contract performance.
Jan 30, 2025, 8:05 PM UTC
The VA Handbook 6500.6 outlines the procedures for implementing security policies in contracts and acquisitions within the Department of Veterans Affairs (VA). It emphasizes the necessity for safeguarding VA sensitive information managed by contractors, subcontractors, or third parties. The document assigns roles and responsibilities across various officials, including the Assistant Secretary for Information and Technology and contracting officers, ensuring compliance with the Federal Information Security Management Act (FISMA) and relevant VA directives. Key procedures incorporate security considerations throughout the acquisition process, mandating that contracts involving VA sensitive information include specific security language. Appendices provide essential checklists, contract clauses, and guidelines on contractor behavior and compliance measures. The Handbook underscores the importance of establishing adequate security controls in all phases of procurement to mitigate risks to sensitive data. It also outlines responsibilities for monitoring and compliance, ensuring all contractors and personnel accessing VA information are adequately vetted and trained. Overall, this Handbook serves as a critical framework to enhance information security in federal acquisitions related to veterans' services, adhering to strict federal standards and regulations.
Jan 30, 2025, 8:05 PM UTC
The document outlines specifications for a laboratory space including various areas such as flammable storage, a toilet, and built-in cabinets, within a 1,102 square foot layout. Key components include specific dimensions for multiple sections of the lab and designated spaces for hazardous materials. Emphasis is placed on ensuring the proper management of flammable chemicals, suggesting a focus on safety and compliance within the laboratory environment. The technical data provided seems to be relevant for potential bidders or grant applicants involved in construction, renovation, or outfitting of laboratory facilities associated with federal RFPs or grants. This supports the federal government's objective to adhere to safety regulations while enhancing research capabilities in state and local contexts.
Jan 30, 2025, 8:05 PM UTC
The Department of Veterans Affairs (VA) is soliciting proposals under the solicitation number 36C26223R0185 for a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure a Chemistry/Immunoassay analyzer solution for the VA Phoenix Healthcare System. This solicitation welcomes competitive bids from businesses classified under NAICS Code 334516, allowing entities with up to 1,000 employees to participate. The proposal process involves two evaluation steps: first, ensuring acceptability through a detailed analysis of proposed systems and their integration with existing laboratory automation; second, conducting a trade-off analysis based on design for laboratory personnel, inventory management systems, the number of analyzers included, and price considerations. Proposals must be submitted electronically by July 12, 2024, and each must meet specific evaluation criteria to remain eligible. Key deliverables include CAD drawings that illustrate system integration within the lab environment, adherence to a provided Statement of Work, and a completed Attachment A that details pricing and technical specifications. This solicitation embodies the VA’s commitment to enhancing healthcare services for veterans while ensuring a transparent and competitive procurement process.
Jan 30, 2025, 8:05 PM UTC
The Department of Veterans Affairs (VA) intends to solicit proposals under solicitation number 36C26223R0185 for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Chemistry/Immunoassay analyzer systems at the VA Phoenix Healthcare System. This request promotes full and open competition among businesses aligned with NAICS Code 334516, allowing for annual site volume and operational integration within existing laboratory spaces. Proposals must be submitted electronically by July 12, 2024. Offerors must adhere to specific submission guidelines including integration of automation systems and compliance with the Statement of Work. Proposals will be evaluated through a two-step process, assessing acceptability and conducting a trade-off analysis focusing on system design, inventory management, analyzer models, and pricing. The contract will cover a five-year service period with expectations for equipment delivery and operational readiness within a year of contract award. Compliance with federal regulations and internal clauses, such as the prohibition of gray market items, is required, and offerors must submit necessary certifications. This initiative emphasizes enhancing laboratory capabilities and operational efficiency in serving veteran healthcare needs.
Jan 30, 2025, 8:05 PM UTC
The document constitutes a combined synopsis and solicitation for the procurement of Chemistry/Immunoassay analyzer solutions by the Department of Veterans Affairs (VA), Network Contracting Office 22, for the Veterans Integrated Network Services 22. The solicitation number is 36C26223R0185 and seeks proposals under full and open competition through a Firm-Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract. Interested vendors must comply with submission and proposal criteria outlined in the document, ensuring that their submissions include detailed specifications about system integration, laboratory workspace design, inventory management processes, and pricing. Submissions must demonstrate that the proposed system fits within the existing laboratory footprint while meeting operational requirements. The evaluation process is structured in two steps, where STEP 1 assesses acceptability based on specific criteria, and STEP 2 conducts a trade-off analysis prioritizing system design, inventory management capability, and number of analyzer models proposed. The overall goal is to ensure an efficient and effective workflow for laboratory personnel while adhering to federal acquisition regulations and compliance requirements for government contracts. The proposals must be submitted electronically by February 21, 2025, at 1:00 PM PST.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for a contract to provide Chemistry/Immunoassay analyzer solutions for the Phoenix Healthcare System under the Veterans Integrated Network Services 22 (VISN 22). The RFP, designated as solicitation number 36C26223R0185, is aligned with federal acquisition regulations, aiming to award a Firm-Fixed Price single award Indefinite Delivery Indefinite Quantity (IDIQ) contract through full and open competition. Key requirements include the delivery and installation of analyzers within a year post-award, with consideration for the integration with automation systems, the number of analyzers needed, specimen propulsion methods, and pricing. Offerors must submit their proposals electronically by the specified deadline and follow comprehensive evaluation criteria as detailed within the document. Details about additional documentation like the Statement of Work (SOW) and specific factors for assessment are provided, along with stipulations regarding compliance with regulations and a commitment to lawful practices. The organization is focused on achieving high-quality service delivery while ensuring adherence to regulations and standards throughout the contract lifecycle.
Jan 30, 2025, 8:05 PM UTC
This document is an amendment to the solicitation 36C26223R0185, issued by the Department of Veterans Affairs, Network Contracting Office 22. The primary purpose of the modification is to address vendor questions and updates regarding a Request for Proposal (RFP) for laboratory equipment and services. Significant responses include acceptance of proBNP for a natriuretic peptide assay, clarification on consumables to include calibrators and controls, and adjustments to installation timelines based on mutual agreements post-award. The solicitation's due date was shifted to September 18, 2023, reflecting responses to vendors’ requests for extensions due to recent holidays and the complexity of inquiries. It further specifies that no major construction is allowed, confirming that only minimal adjustments, like moving non-permanent equipment, will be acceptable. Key clarifications about automation capabilities required or preferred for laboratory processes were also provided. The amendment aims to ensure that potential contractors fully understand the requirements and facilitates a clearer bidding process to advance the project aligned with the VA’s operational needs. Overall, this document reflects the VA's adaptability in managing procurement processes to meet vendor concerns and refine project scope for compliance and efficiency.
Mar 26, 2024, 4:41 PM UTC
Jan 30, 2025, 8:05 PM UTC
The RFP for a Chemistry Immunoassay System at VA Phoenix seeks vendor proposals for a testing solution to enhance laboratory operations, specifically focusing on alcohol and troponin tests. Key vendor inquiries include requests for a breakdown of alcohol tests, a two-week extension for the submission deadline due to industry events and increased workloads, and clarification whether only specific troponin tests are acceptable. Vendors also advocate for modifications to the requirements that could restrict competition or hinder potential solutions. Responses from the government indicate a one-week extension for submissions, confirmation that certain alcohol tests must be included, and approval of some requested adjustments to eliminate redundancies and enhance flexibility in compliance with CLIA and CLSI guidelines. Overall, the document reflects the collaborative effort between vendors and the government to refine the testing requirements and ensure a comprehensive approach to laboratory automation. This is indicative of typical government RFP processes aiming to optimize procurement while ensuring competition and compliance among prospective providers.
Jan 30, 2025, 8:05 PM UTC
The document presents a detailed log of laboratory test orders categorized by urgency and timestamps, primarily focusing on comprehensive metabolic panels, lactic acid tests, drug screenings, and various routine tests. The majority of requests, labeled as "WKL - STAT," indicate an urgent requirement for results, with many orders listed throughout June 26, 2024. Comprehensive metabolic panels constitute the bulk of the tests, with a significant number performed continuously. Routine tests include basic metabolic panels, lipid studies, hepatitis panels, and urine tests, reflecting a structured approach to patient health assessments. These laboratory test requests form part of a larger framework to support medical interventions, potentially linked to government or healthcare regulatory standards. The organized format underscores the systematic tracking and management of critical health diagnostics within a healthcare setting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6550--Lab Testing Services - (HIV/HCV/HPV/On)
Buyer not available
The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
6640--FY25 Q3 Micro Molecular Testing (VA-25-00029953)
Buyer not available
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the procurement of Micro Molecular Testing supplies for the West Palm Beach VA Hospital, under Solicitation No. 36C24825Q0395. The procurement includes various laboratory items and equipment, such as testing kits and the leasing of laboratory instruments, with a requirement for vendors to be Authorized Distributors and provide proof of their status. This initiative is part of the VA's commitment to enhancing its laboratory capabilities to effectively serve veterans. Interested vendors must submit their quotations via email by March 12, 2025, at 2:00 PM Eastern Time, and are encouraged to stay updated on any changes to the solicitation through the Beta-Sam website. For further inquiries, vendors can contact Contract Officer David Henry at David.Henry3@va.gov or by phone at 561-631-3352.
Q301--FY24: VISN7-Reference Lab -Base + 4 Option Yrs.
Buyer not available
The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide reference laboratory services for VISN 7 facilities located in Alabama, Georgia, and South Carolina. The primary objective of this procurement is to enhance access to diagnostic testing and analysis that is not available within VA Medical Centers, while effectively managing costs associated with these services. The awarded contractor will be responsible for a comprehensive range of medical laboratory testing services, including specimen handling, timely reporting, and adherence to regulatory standards, thereby improving healthcare delivery for veterans in the region. Interested parties should contact Chelsea L. Smith, the Contracting Officer, at Chelsea.Smith1@va.gov or (910) 322-00863, with the total contract value estimated at approximately $41.5 million.
6640--FY25 – Spokane – CPRR Clinical Chemistry Laboratory Equipment Base Plus 4 Procurement
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the procurement of clinical chemistry laboratory equipment at the Mann-Grandstaff Veterans Affairs Medical Center in Spokane, Washington. This solicitation, identified as 36C26025Q0178, encompasses a Base Plus Four Federal Supply Schedule Order valued at $41.5 million, aimed at ensuring the continuous supply and maintenance of clinical laboratory equipment necessary for accurate and efficient laboratory operations. The procurement is critical for supporting the healthcare services provided to veterans, emphasizing compliance with regulatory standards and the delivery of high-quality diagnostic testing. Interested vendors should direct inquiries to Hector Gonzalez at hector.gonzalez1@va.gov, with the submission deadline for offers extended to February 28, 2025.
Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
Q301--IMMUNOHISTOCHEMICAL (IHC) STAINING SERVICE COST PER TEST (CPT) BPA
Buyer not available
The Department of Veterans Affairs is seeking proposals for Immunohistochemical (IHC) staining services through a Blanket Purchase Agreement (BPA) at the VA San Diego Healthcare System. The procurement aims to secure specialized laboratory and analytical services that comply with federal standards, including HIPAA and CLIA regulations, to enhance diagnostic capabilities for veterans. This initiative is crucial for providing timely and high-quality healthcare services, ensuring that veterans receive efficient testing with minimal points of contact. Interested vendors must submit their proposals by March 4, 2025, at 12 PM Pacific Time, and can contact Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov for further information.
6630--4/1/25, CPRR Roseburg Chemistry Lab Services Base 4 POP: 04/01/2025-3/31/2030
Buyer not available
The Department of Veterans Affairs is seeking proposals for laboratory services related to the CPRR Chemistry Laboratory at the Roseburg Veterans Affairs Medical Center, with a contract period from April 1, 2025, to March 31, 2030. The procurement aims to secure comprehensive Cost Per Reportable Result (CPRR) services, including the provision of laboratory analyzers, equipment, reagents, and maintenance, with an estimated total contract value of $41.5 million. This initiative is crucial for enhancing laboratory capabilities and ensuring efficient healthcare services for veterans, emphasizing compliance with regulatory standards and rapid turnaround times for critical assays. Interested vendors must submit their offers by February 28, 2025, and can direct inquiries to Hector Gonzalez at hector.gonzalez1@va.gov.
VISN 1 Primary Reference Laboratory Testing
Buyer not available
The Department of Veterans Affairs is soliciting proposals for VISN 1 Primary Reference Laboratory Testing Services, aimed at enhancing laboratory testing capabilities for veterans' healthcare facilities across New England. The contract encompasses a range of services including specimen collection, transportation, analytical testing, and timely reporting of results, all in compliance with federal and state regulations. This initiative is crucial for ensuring high-quality healthcare delivery to veterans, emphasizing the importance of efficient laboratory services in their treatment. Interested contractors should contact Cynthia Thompson at Cynthia.Thompson2@va.gov or Sheryl Anthony at Sheryl.anthony@va.gov for further details, with the contract period running from April 1, 2025, to September 30, 2025, and options for extension available.
6515--Point of Care Testing Solution for VAMHCS
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Point of Care (POC) Blood Testing Units for the VA Maryland Healthcare System in Baltimore, MD. The objective is to enhance clinical capabilities by providing devices that enable rapid blood testing and seamless integration of results into the Electronic Health Record (EHR), specifically through the delivery and installation of eighteen i-STAT 1 analyzers along with necessary training and support. This procurement is crucial for improving patient care and operational efficiency within VA facilities, reflecting the VA's commitment to high-quality medical services for veterans. Interested suppliers must submit their proposals electronically by February 28, 2025, and can contact Contracting Officer Ryan Singletary at ryan.singletary@va.gov or 202-745-8000 for further information.
6630--RFQ for Urinalysis Test CPRR BPA - VISN 20
Buyer not available
The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for urinalysis testing services within the Veterans Integrated Service Network (VISN) 20. This procurement aims to establish a streamlined process for providing laboratory urinalysis services, including the supply of automated testing equipment, training for personnel, and ongoing maintenance, all in compliance with federal standards. The services are critical for enhancing healthcare delivery to veterans across multiple locations, with an estimated annual volume of tests ranging from 91,740 urine microscopies to 126,410 urine chemistries. Interested vendors must submit their quotations by March 5, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Peter Park at Peter.Park2@va.gov for further information.