Gloved Fingertip-Thumb and Media Fill Testing Services
ID: 36C26125Q0409Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 10:30 PM UTC
Description

The Department of Veterans Affairs is soliciting quotations for Gloved Fingertip and Media Fill Testing Services, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the Sacramento VA Medical Center. The procurement aims to ensure compliance with ISO/IEC 17025:2017 and USP <797> standards for microbiological testing, including sample collection, analysis, and reporting across multiple VA locations in California and Nevada. This contract, valued at approximately $19 million, is set to commence on April 23, 2025, and includes a base year plus four optional years. Interested vendors must submit their quotations by 3:30 PM PDT on April 9, 2025, and can direct inquiries to LaDonna Collins at ladonna.collins@va.gov.

Point(s) of Contact
LaDonna Collins
ladonna.collins@va.gov
Files
Title
Posted
Apr 3, 2025, 9:04 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for Pharmacy Gloved Fingertip (GFT) and Media Fill Testing (MFT) Services at various VA medical centers within Veterans Integrated Service Network (VISN) 21. The contract, set to commence on April 23, 2025, spans five years with a base year and four optional years, totaling an estimated award amount of $19 million. The procurement is designated as a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor is responsible for performing microbiological testing services, adhering to ISO/IEC 17025:2017 and USP <797> standards. Key tasks include sample collection, incubating and analyzing surface, air, GFT, and MFT samples, and reporting results. Strict action levels have been established for acceptable levels of contamination in both air and surface samples, with immediate notification of failures required to the relevant personnel. Further, the proposal incorporates various federal acquisition regulations and clauses regarding contract administration, invoicing, and compliance with legal obligations. The document emphasizes not only the technical requirements but also the operational and administrative guidelines essential for successful contract execution in alignment with federal contracting policies.
Apr 3, 2025, 9:04 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the procedures for evaluating contractor performance in processing microbiological samples at a laboratory accredited under ISO/IEC 17025:2017 for compliance with USP <797> standards. The plan details the monitoring methods, including who will carry out the assessments and how results will be documented. Responsibilities are assigned to various personnel within the U.S. Department of Veterans Affairs and the contractor. Key performance standards are specified for different sample types, with a strong emphasis on achieving high acceptable quality levels (98% or above) in reporting and analyzing Gloved Fingertip, Media Fill Testing, and surface and air samples. The QASP emphasizes a collaborative approach, providing mechanisms for addressing unacceptable performance through corrective action plans. It is designed to ensure objective oversight while allowing for adjustments as necessary. This document serves as a critical framework for maintaining service quality and regulatory compliance in laboratory operations servicing Veteran Medical Centers in VISN 21.
Apr 3, 2025, 9:04 PM UTC
The document addresses specific inquiries related to the Request for Quotation (RFQ) 36C26125Q0409, focused on GFT MFT services. The primary question clarifies that contractors must possess ISO/IEC 17025:2017 accredited laboratory certification, confirming the standards required for quality assurance in laboratory testing. Additionally, it discusses the permissibility of subcontracting to a Micro Lab under this RFQ, referencing the VAAR 852.219-75 regulation, particularly section 2(f) on limitations concerning subcontracting compliance. This document provides essential points about contractor qualifications and subcontracting stipulations, reinforcing the government's commitment to regulatory compliance and quality assurance in federal projects.
Apr 3, 2025, 9:04 PM UTC
The document focuses on wage determinations under the Service Contract Act (SCA) as issued by the U.S. Department of Labor. Specifically, it outlines Wage Determination No. 2015-5593 for Nevada's Clark County, detailing minimum wage and fringe benefit requirements for various occupational classifications. Contracts issued after January 30, 2022, must pay workers a minimum of $17.75 per hour, reflecting adjustments from Executive Orders 14026 and 13658. The document includes a comprehensive list of occupations with corresponding wage rates, benefits, and directives regarding sick leave and holiday entitlements. It emphasizes that contractors must adhere to health and welfare provisions, including paid sick leave regulations, and outlines procedures for classifying any unlisted occupations through the conformance process. In summary, this determination serves as a regulatory framework to ensure fair compensation and working conditions for employees on federal contracts, aligning with broader government policies on labor standards and wage protection.
Apr 3, 2025, 9:04 PM UTC
The document presents the Wage Determination No. 2015-5595, revised as of December 23, 2024, by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage requirements for contracts active after January 30, 2022, stipulating a minimum pay of $17.75 per hour per Executive Order 14026 for covered workers, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, mandating a minimum of $13.30 per hour. The determination includes a comprehensive listing of various occupations in Nevada counties, detailing specific wage rates and fringe benefits, such as health and welfare, paid sick leave, and vacation requirements. Additionally, it addresses considerations for uniform allowances and differentials for night and hazardous work. This document serves as a critical reference for contractors bidding on federal projects, ensuring compliance with labor standards and fair compensation practices for workers, particularly within the Service Contract Act framework.
Apr 3, 2025, 9:04 PM UTC
The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing minimum wage rates for federal contracts in California's San Francisco and San Mateo counties. It highlights the obligations for contractors under Executive Orders 14026 and 13658, mandating minimum hourly wages of $17.75 or $13.30, respectively, based on contract dates. Specific occupational wage rates are outlined, including rates for clerical, automotive, food service, and healthcare positions, among others. The document also stipulates fringe benefits, vacation entitlements, and holiday requirements, alongside conditions for uniform allowances and hazardous pay differentials. Contractors are guided on the classification process for any unlisted job types under the wage determination. Overall, the document aims to ensure fair compensation and benefits for workers engaged in federal contracts, promoting compliance with labor standards.
Apr 3, 2025, 9:04 PM UTC
The document outlines wage determination and employment standards mandated by the U.S. Department of Labor under the Service Contract Act (SCA), focusing on minimum wage and fringe benefits for federal contractors in California, specifically Santa Clara County. It specifies wage rates for various occupations, highlighting guidelines related to Executive Orders 14026 and 13658 that set minimum hourly wages at $17.75 and $13.30 respectively, depending on the contract dates and conditions. Additionally, it details required fringe benefits, including health and welfare payments, vacation, and holiday allowances, alongside instructions for classifying unlisted occupations and ensuring compliance. The overarching goal is to protect workers' rights and ensure fair wages for those engaged in government contracts, particularly emphasizing annual adjustments to the minimum wage requirements. The document serves as a crucial reference for contractors navigating the wage and benefit standards necessary for federal contracts, thereby promoting an equitable work environment.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
H146--Hemodialysis Water Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals for Hemodialysis Water Testing Services at the VA Long Beach Healthcare System in California. The procurement aims to ensure compliance with established medical standards by conducting essential tests, including Bacteria/Colony Count and LAL/Endotoxin levels, while providing necessary sample collection supplies. This service is critical for maintaining high-quality healthcare for veterans, emphasizing the importance of reliable water quality in dialysis treatments. Interested vendors must submit their proposals by May 1, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Kal Carabon at Kahlfanie.Carabon@va.gov or 562-721-9577 for further information. The contract is valued at approximately $19 million and includes a one-year base period with options for four additional years.
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.
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.
MED GAS Inspection/Testing/Cert
Buyer not available
The Department of Veterans Affairs is seeking qualified service-disabled veteran-owned small businesses to provide inspection, testing, and certification services for Medical Gas Distribution Systems and Equipment at the Northern Arizona VA Healthcare System. The contract will cover a one-year base period from May 5, 2025, to May 4, 2026, with the option for four additional annual renewals, ensuring compliance with NFPA, TJC, LTCI, and VHA standards through annual testing and verification of medical gas systems. This procurement is crucial for maintaining high safety standards in healthcare facilities, emphasizing the importance of regulated inspections. Interested offerors must submit their quotations by April 28, 2025, and can contact Marco Ramos at marco.ramos1@va.gov or 562-766-2329 for further information.
VISN 1 Primary Reference Laboratory Testing
Buyer not available
The Department of Veterans Affairs is seeking contractors to provide primary reference laboratory testing services, including phlebotomy and courier services, for all VISN 1 sites, primarily located in New England. The objective is to enhance healthcare delivery for veterans by ensuring timely and accurate laboratory testing, which is critical for effective patient management and treatment. This opportunity is part of a broader initiative to improve healthcare services within the Veterans Health Administration, with a focus on compliance with federal regulations and quality assurance standards. Interested parties must submit their responses by May 9, 2025, at 4:00 PM EST, to Cynthia Thompson at cynthia.thompson2@va.gov, and are encouraged to review the detailed requirements outlined in the Performance Work Statement and associated documents.
Sterile Processing Service Water Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals for a contract focused on Sterile Processing Service Water Testing, aimed at ensuring the quality of water used in the processing of medical devices across several facilities in South Texas. The contractor will be responsible for testing, maintenance, and repair of water systems, adhering to the ANSI/AAMI ST108:2023 standards, which include regular water sampling, filter and tank maintenance, and timely reporting of water quality results. This initiative is critical for maintaining high healthcare standards for veterans, reinforcing the importance of reliable sterilization processes in medical environments. The contract, valued at approximately $41 million, is structured over a base year with four optional renewal years, and interested parties can contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or 254-421-6661 for further details.
Primary Reference Laboratory/Phlebotomy/Courier Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Primary Reference Laboratory, Phlebotomy, and Courier Services for the Veterans Integrated Services Network 1 (VISN 1). The procurement aims to gather information for a new laboratory service contract that complies with Clinical Laboratory Improvement Amendments (CLIA) standards, focusing on comprehensive laboratory services, including testing, specimen collection, transportation, and reporting. This initiative is crucial for enhancing healthcare logistics and ensuring high-quality patient care for veterans within the VA system. Interested vendors are invited to participate in a Virtual Industry Day from May 5-9, 2025, and must submit their responses to the Request for Information (RFI) by April 30, 2025, to Cynthia Thompson at Cynthia.Thompson2@va.gov and Sheryl Anthony at Sheryl.anthony@va.gov.
6515--CensiMarl Laser Unit
Buyer not available
The Department of Veterans Affairs is preparing to solicit proposals for the CensiMarl Laser Unit Bundle, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). To qualify for consideration, all bidders must be verified SDVOSB vendors and meet or exceed the salient characteristics outlined in the Statement of Work (SOW). This procurement is crucial for enhancing medical capabilities at the VA Medical Center in Dublin, Georgia, ensuring that veteran-owned businesses have the opportunity to contribute to the supply of essential medical equipment. Interested vendors should submit their proposals to Contracting Officer Quincy L. Alexander via email by 12 PM EST on April 28, 2025, with the solicitation expected to be posted on or before April 23, 2025.
VISN 16 Medical Gases - Tiered Evaluation
Buyer not available
The Department of Veterans Affairs is seeking quotes for the procurement of medical gases for its Veterans Integrated Service Network (VISN) 16 facilities. This tiered solicitation is open to all business sizes and socioeconomic categories, with a priority given to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), followed by other veteran-owned and small businesses, and finally large businesses. The medical gases are essential for healthcare services provided to veterans, ensuring compliance with federal regulations and maintaining operational effectiveness within the VA system. Interested vendors must submit their quotes by May 1, 2025, at 5:00 PM Central Time, to the Contracting Officer, Charles Morin, at charles.morin@va.gov, with a total contract ceiling of $6,975,000 over a five-year period.
Q504--NEW | Dermatopathology Consultative Services | 5-Year Blanket Purchase Agreement
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) to provide Dermatopathology Consultative Services over a five-year period, from June 1, 2025, to May 31, 2030. The selected contractor will be responsible for expert analysis of dermatopathology slides, ensuring a guaranteed five-day turnaround for consultation reports, and must utilize licensed professionals specializing in dermatopathology while adhering to strict security protocols for sensitive data handling. This procurement is crucial for maintaining high standards in medical services for veterans and includes a set-aside for small businesses to promote participation. Interested offerors must submit their proposals electronically by 1630 CST on May 2, 2025, and direct any inquiries to Contract Specialist Lindsey M Zwaagstra at Lindsey.Zwaagstra@va.gov or Phoebe.Farmer@va.gov by April 18, 2025.