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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Water Quality Testing Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Pharmacy Clean Room Hood Testing and Certification services at the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with USP <797> and <800> standards for cleanroom testing and certification. The contract will be awarded as a firm fixed-price for a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods. Interested contractors must submit their quotes by December 18, 2025, and direct any technical questions to Contract Specialist Evan Beachy at evan.beachy@va.gov or 319-688-3629.
    6640--FY26| Thyroid Cancer Molecular Test| Orlando VA & San Juan New Requirement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Thyroid Cancer Molecular Tests for the Orlando VA Healthcare System and Caribbean VA Healthcare System through a Firm-Fixed Price (FFP) contract. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with the NAICS code 621511 and a small business size standard of $41.5 million. The solicitation is expected to be posted on sam.gov around December 15, 2025, with a response deadline of December 29, 2025, at 4:00 PM Eastern Time. Interested offerors must be registered in the System for Award Management (SAM) to be eligible for award, and for further inquiries, they can contact Yolanda Glover at yolanda.glover@va.gov or by phone at 352-381-5712.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation documents.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    Legionella Water Testing (Boise VAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    H265--Diagnostic Equip Testing & Certification
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Diagnostic Equipment Testing and Certification, specifically seeking certified medical physicists to conduct tests and certifications of imaging equipment. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541690, highlighting the importance of supporting veteran-owned businesses in the healthcare sector. The RFQ is expected to be posted on or about December 9, 2025, with responses due by December 18, 2025, at 1:00 PM Eastern Time. Interested parties should direct any questions to Contracting Officer Marcus Watts via email at marcus.watts@va.gov, ensuring inquiries are submitted no later than 24 hours prior to the closing date.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    J041--Ventilation System Verification Testing and Balancing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide ventilation system verification testing and balancing services for the San Francisco VA Health Care System and Mission Bay facilities. The procurement includes a base year and four option years, with services required to ensure compliance with ventilation standards across over 231 rooms, including critical areas such as operating and isolation rooms, while minimizing disruption to patient services. This contract is particularly important for maintaining air quality and safety in healthcare environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must register in the System for Award Management (SAM) and submit their quotes in accordance with the solicitation requirements by the specified deadlines, with further inquiries directed to Contracting Officer Emily Trinh at Emily.Trinh@va.gov.