6630--4/1/25, CPRR Roseburg Chemistry Lab Services Base 4 POP: 04/01/2025-3/31/2030
ID: 36C26025Q0183Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
    Description

    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.

    Point(s) of Contact
    Hector GonzalezContracting Specialists
    hector.gonzalez1@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines a government contract opportunity for Chemistry Lab Services at the Roseburg VA Medical Center (RVAMC) and the Eugene HealthCare Center (EHCC). The contract, identified by solicitation number 36C26025Q0183, is set to commence on April 1, 2025, and continue for five years until March 31, 2030. The contractor will supply a total of four identical chemistry analyzers, along with all necessary equipment, reagents, standards, controls, consumables, parts, and accessories to ensure proper operation. The objective is to provide chemistry and immunochemistry Cost Per Reportable Result (CPRR) services or equivalent. The contracting office, based in Vancouver, WA, has specified a response deadline of February 7, 2025, by 5:00 PM Pacific Time. Interested parties can reach out to the point of contact, Hector Gonzalez, via the provided email for additional inquiries.
    This document outlines a federal Request for Proposal (RFP) concerning the acquisition of chemistry and immunochemistry analyzers and related services for the Roseburg/Eugene VA Medical Center in Oregon, with a total award amount of $41.5 million. The contract spans a base year from April 1, 2025, to March 31, 2026, with four optional renewal years extending to March 31, 2030. Key requirements include the provision of four analyzers capable of producing patient reportable results, including all associated reagents, controls, and maintenance services at no extra charge. The RFP emphasizes the necessity for state-of-the-art equipment that adheres to FDA standards, alongside provisions for training VA personnel, electronic interface with the existing VA systems, and adherence to stringent data and security protocols due to the sensitivity of VA operations. The contractor is also responsible for ensuring timely equipment delivery, installation, and ongoing support, including a support hotline available 24/7. This procurement exemplifies the federal government's commitment to enhancing healthcare services for veterans by ensuring that laboratories meet high operational standards and patient care expectations while providing opportunities for veteran-owned businesses through specific evaluation criteria.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for laboratory analyzers and related services for the Roseburg and Eugene VA Medical Centers. The RFP seeks comprehensive Cost Per Reportable Result (CPRR) services over a five-year contract period, with an anticipated total value of $41.5 million. Requirements include the provision of two identical analyzers per facility, supplementary equipment, reagents, and mandatory maintenance, along with rigorous installation deadlines that must be met by October 1, 2025. The contractor must satisfy specific technical and operational criteria, including ensuring FDA approval for all tests conducted, delivering rapid turnaround times for critical assays, and facilitating seamless integration into existing laboratory information systems. Additionally, the contractor must provide complete training for personnel, maintain high-quality standards, and ensure compliance with information security regulations. Overall, this RFP emphasizes the VA's commitment to enhancing laboratory capabilities while ensuring efficiency, accuracy, and compliance with regulatory standards, particularly benefiting veteran healthcare services.
    This document is an amendment to Request for Quotations (RFQ) 36C26025Q0183, issued by Network Contracting Office 20 for the CPRR Chemistry Laboratory services for Roseburg and Eugene. Its primary purpose is to extend the deadline for receiving offers from February 7, 2025, to February 21, 2025, in order to increase competition. Additionally, it includes the addition of an estimated volume list detailing the expected number of tests to be performed in the upcoming year. The amendment confirms that all remaining terms and conditions of the original RFQ will continue to apply. For further inquiries, Hector Gonzalez is identified as the Point of Contact. This amendment reflects the government’s ongoing process of enhancing procurement opportunities and transparency in its contracting procedures.
    This document serves as an amendment to a Request for Quotation (RFQ) numbered 36C26025Q0183, issued by the Network Contracting Office 20. The amendment seeks to revise the Statement of Work for the project related to testing services for the Roseburg/Eugene Veterans Affairs Medical Center (VAMC). Key improvements include clarifying the list of tests to be conducted and establishing an estimated volume of testing, which will aid vendors in preparing their bids. The amendment emphasizes the importance of acknowledging receipt to ensure competitive submissions, with specific instructions on how to do so. All other terms of the original solicitation remain in effect, and the amendment's aim is to facilitate better contractor engagement through clearer expectations and requirements.
    The document is an amendment to the Request for Quotation (RFQ) 36C26025Q0183, issued by the Network Contracting Office 20. The primary purpose of this amendment is to clarify specific points in the Statement of Work (SOW) based on inquiries from potential bidders. All offers must acknowledge receipt of this amendment prior to the specified deadline, with instructions provided on how to do so. The amendment does not alter the fundamental terms and conditions of the previous RFQ but seeks to ensure clarity for all participants. Contractors are required to either complete and return copies of the amendment or acknowledge it in their offers. The amendment includes administrative changes as explicitly stated, aligning with FAR guidelines. This process underscores the importance of clear communication in federal contracting to facilitate accurate bidding and compliance from contractors.
    This document serves as an amendment to the Request for Quotations (RFQ) 36C26025Q0183 issued by the Network Contracting Office 20. The primary purpose of this amendment is to extend the deadline for the submission of offers from February 21, 2025, to February 28, 2025, at 17:00 PST. This extension allows vendors additional time to prepare and submit their quotes in response to the solicitation. The document outlines the procedures for acknowledging receipt of the amendment and highlights the consequences of failing to comply, emphasizing that offerors must recognize this modification to avoid rejection of their proposals. All other terms and conditions of the original solicitation remain in effect. The amendment is signed by the contracting officer and establishes the administrative changes related to the solicitation timeline.
    The document presents detailed laboratory test results for various biochemical markers spanning from October 2023 through September 2024, comparing data from two locations: Roseburg and Eugene. For each month, results include readings for tests such as ALT, BNP, FENTQ, and others, accompanied by the number of tests conducted per location. The price per test and estimated total costs are also provided, with Roseburg averaging higher costs than Eugene in most instances. This data is vital for understanding health trends and expenditures in the region, potentially impacting future funding or grants for laboratory services in healthcare systems. The structured presentation of results by month allows for easy tracking of changes over time, which is essential in a healthcare context that requires adjustments based on demographic health changes and resource allocation. In summary, this document serves as a comprehensive overview for government analysis into regional health services, cost management, and resource planning related to laboratory testing, aligning with federal and state RFPs that focus on healthcare funding and grant distribution strategies.
    The Roseburg VAMC seeks to procure equipment, specifically two clinical analyzers with four modules and associated services, including annual service coverage and training slots. Detailed requirements encompass a range of reagents for various medical tests, reflective of comprehensive lab operations. The document lists an extensive array of consumables, calibrators, controls, and maintenance solutions necessary for the efficient functioning of the analyzers. These include various blood and urine testing reagents, calibrators for specific drug tests, and control kits essential to ensure quality and accuracy in laboratory results. The goal is to establish a reliable supply chain for laboratory equipment and reagents to support ongoing healthcare services. With a systematic structure, the proposal delineates both core equipment and ancillary items necessary for operation, emphasizing the importance of continuous support and service coverage. This request for proposals (RFP) aligns with government efforts to improve healthcare infrastructure by ensuring that medical facilities have access to needed technologies and services.
    The document presents a comprehensive dataset of laboratory test results from October 2023 to July 2024 across two hospitals, Roseburg and Eugene. Key biomarkers measured include ALT, BNP, Fentanyl, Troponin, Iron, Vitamin D, and various other health indicators. The data is structured by month and location, showcasing the results for multiple tests, allowing for comparative analysis between the two facilities. The overall purpose of the document is to provide a clear overview of laboratory findings related to patient health, potentially serving as a resource for federal or state health assessments, epidemiological studies, or grant applications aimed at improving healthcare services. With a cumulative total of tests performed, the file highlights significant trends over time, which could inform future healthcare decisions, funding allocations, and public health strategies. The gathered data is essential for monitoring health trends, evaluating the effectiveness of treatments, and planning resource needs, showing its relevance within the context of government RFPs and grants targeting healthcare improvements.
    Similar Opportunities
    6630--RFQ for Urinalysis Test CPRR BPA - VISN 20
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 20, is seeking proposals for a Blanket Purchase Agreement (BPA) for urinalysis testing services across various facilities within the Veterans Integrated Service Network (VISN) 20. The BPA aims to streamline the provision of urine testing services, which includes supplying automated urinalysis equipment, training for personnel, and ongoing maintenance, all while adhering to federal standards. This initiative is crucial for enhancing healthcare services for veterans, ensuring efficient laboratory testing across multiple locations, with an estimated total of 91,740 urine microscopies and 126,410 urine chemistries required annually. Interested vendors must submit their proposals by March 19, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Peter Park at Peter.Park2@va.gov for further information.
    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--CHEMISTRYSUPPLIES REAGENTS SERVICE MIDDLEWARE INSTRUMENTS NEW BASE CONTRACT-BOISE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new base contract to provide automated chemistry immunochemistry instrumentation and related services for the Boise VA Medical Center. The procurement includes the provision of equipment, reagents, consumables, maintenance, and training, all aimed at ensuring efficient laboratory operations and reliable patient reportable results. This contract, valued at approximately $41.5 million, spans five years, starting with a base year from May 2025, and includes a recent deadline extension for offer submissions to March 25, 2025, at 17:00 PDT. Interested vendors should contact Hector Gonzalez at hector.gonzalez1@va.gov for further information regarding the solicitation process.
    CPRR Reagents, Controls, and Consumables for Coagulation Testing at NHTP
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking quotes for a supply purchase order contract for cost-per-reportable results (CPPR) reagents, controls, and consumables for coagulation testing at Naval Hospital Twentynine Palms (NHTP) in California. The procurement includes the leasing of two bench-top coagulation analyzers, FDA-approved reagents, and consumables necessary for testing key assays such as PT, INR, aPTT, D-Dimer, and Fibrinogen, which are vital for monitoring patient hemostasis and thrombosis. This initiative aims to enhance healthcare services for U.S. military personnel and their families, ensuring reliable and efficient testing capabilities while adhering to budgetary constraints. Interested vendors must submit their quotes by March 21, 2025, and can direct inquiries to Tracy Robinson at tracy.m.robinson18.civ@health.mil or CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil.
    J065--Alere Accu-check Abbott Annual Service Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified service providers for an Annual Service Maintenance Agreement for Abbott RALS Accu-Chek analyzers utilized by the VA Southern Nevada Healthcare System. The procurement aims to secure technical support, emergency on-site responses, and periodic preventative maintenance performed by manufacturer-approved technicians, ensuring compliance with VA, FDA, and OSHA standards. This service is critical for maintaining the operational efficiency and reliability of complex medical analyzers essential for patient care. Interested vendors, who must be registered as service-disabled veteran-owned or veteran-owned businesses, are required to submit their responses by March 13, 2025, with the contract period commencing on June 1, 2025. For further inquiries, potential bidders can contact Contract Specialist Larry A Facio at Larry.Facio@va.gov or by phone at 916-923-4553.
    6640--Coagulation Follow-on Contract (VA-25-00007795) 589-25-3-1598-0003
    Buyer not available
    The Department of Veterans Affairs is preparing to award a firm fixed price contract for coagulation testing services and supplies across multiple facilities within the VISN 15 network. This procurement aims to cover the cost per reportable result for PT/PTT coagulation equipment and associated testing supplies, with a contract structure that includes a base period and four optional years. The services are critical for ensuring accurate and timely coagulation testing, which is essential for patient care in various medical settings. Interested bidders must be registered and active in the System for Award Management (SAM) to participate, with the solicitation expected to be released electronically on or around March 4, 2025. For further inquiries, potential contractors can contact Contracting Officer Lisa A. Buchanan at lisa.buchanan1@va.gov or by phone at 913-946-1990.
    Q301--Unrestricted- Immunohistological Stains Reference Testing for Rocky Mountain Regional VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for immunohistological stains reference testing at the Rocky Mountain Regional VA Medical Center. The contractor will be responsible for providing a range of laboratory testing services, including immunohistochemical stains and molecular testing for various malignancies, with a focus on maintaining high accuracy and quick turnaround times without specimen splitting. This procurement is crucial for ensuring timely and comprehensive healthcare services for veterans, with an estimated award amount of $41.5 million for the contract period from July 1, 2025, to June 30, 2030. Interested parties should contact Contract Specialist Karly L Morris at Karly.Morris@va.gov for further details and to discuss collaboration opportunities, particularly for service-disabled veteran-owned small businesses.
    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.
    6515--Presolicitation Rental/Lease ABL90 America Blood Gas Machines
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the rental or lease of three ABL90 Blood Gas Analyzers, along with maintenance services, through the Network Contracting Office 1. This procurement aims to enhance patient care by providing reliable medical equipment and ensuring ongoing maintenance support, which includes annual upkeep and software updates. The total award amount for this contract is projected at $34 million, covering a base period of one year with four option years. Interested contractors must submit their quotations by March 10, 2025, and direct any inquiries to Contract Specialist James L. Moore at james.moore14@va.gov, with a deadline for questions set for March 12, 2025.
    Q301--648-25-3-5106-0019 - Legionella and Dental HPC Testing Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking responses for a service contract focused on Legionella and heterotrophic plate count (HPC) testing at the Portland VA Medical Center. The procurement aims to ensure compliance with health standards through quarterly sampling and laboratory testing of water sources, including faucets and showers, across multiple VA properties in Portland and Vancouver, Washington. This testing is critical for maintaining safe water quality in healthcare facilities, thereby protecting the health of veterans and staff. Interested contractors must submit their expressions of interest and capability statements to Contract Specialist Craig Brown at craig.brown7@va.gov or by phone at 360-816-2784 by March 21, 2025. The contract will be structured as a Base Plus Four arrangement, adhering to federal and state regulations, with a business size standard of $19 million under NAICS code 541380.