Q301--VISN Reference Laboratory Testing (VA-24-00011187)
ID: 36C24524R0060Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Medical Laboratories (621511)

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 (VA) issues Solicitation 36C24524R0060, seeking medical reference laboratory testing services for its medical centers. The VA aims to award multiple contracts for an indefinite-delivery, indefinite-quantity arrangement. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, prioritizing veteran-owned businesses.

    Opportunity Overview:

    The VA seeks to contract reference laboratory testing services, including specimen handling, transportation, and analysis. The focus is on accurate and prompt testing to support clinical decisions. The contract will cover a wide range of tests, from routine to specialized, requiring quick turnaround times.

    Scope of Work:

    The successful awardee will be expected to provide the following:

    • Reference Testing Services: Conduct a comprehensive range of laboratory tests, including clinical and anatomic pathology testing.
    • Specimen Handling: Ensure proper handling, preparation, and tracking of specimens, using collection kits and maintaining a chain of custody for medico-legal samples.
    • Data Management: Implement a system that interfaces with the VA's Vista system, adhering to HIPAA standards for patient data protection.
    • Transportation: Outline strategies for timely specimen transportation and delivery to the testing facilities.
    • Customer Support: Offer 24/7 customer service for order inquiries and results.
    • Compliance: Comply with data security protocols, annual training requirements, and swift resolution of interface issues.
    Eligibility Criteria:

    Eligibility for this procurement is focused on businesses that fall under the SDVOSB set-aside. Applicants must demonstrate compliance with VA regulations for SDVOSB participation. Additionally, applicants should have successful past performance in laboratory reference testing within the last year.

    Funding and Contract Details:

    The VA does not provide estimated funding for this requirement. The contract will be a multi-award, indefinite-delivery, indefinite-quantity type, with a potential five-year period of performance. Pricing will be evaluated based on test prices, and the VA reserves the right to award up to three contracts.

    Submission Process:

    The submission deadline for this procurement has been extended to July 31, 2024, at 4:00 p.m. ET. Bidders should submit their offers electronically in three separate Adobe PDF files, labeled according to the solicitation's instructions. The VA requests that bidders acknowledge the receipt of the solicitation's amendments.

    Evaluation Criteria:

    The VA will evaluate bids based on a combination of technical merit and price. Technical factors, including past performance, will be significantly more important than price. The VA may award higher-rated, higher-priced offers if the technical superiority justifies the cost. Factors considered include:

    • Medical Malpractice Insurance: Provide coverage of at least $1 million per occurrence.
    • Subcontracting Plan: Outline goals and strategies for involving various small businesses.
    • Laboratory Testing Capacity: Demonstrate the ability to perform a broad range of tests, with a minimum of 70% performed in-house.
    • Staff Qualifications: Submit resumes for onsite processors who manage specimen handling and data entry.
    • Data Management: Present a system that interfaces with the VA's systems and meets HIPAA standards.
    • Transportation and Turnaround Times: Outline plans for meeting specified transportation requirements and rapid specimen turnaround times.
    • Test Methodologies and Customer Service: Ensure the use of FDA-approved testing methods and provide 24/7 customer support.
    • Past Performance: Demonstrate successful, relevant experience in laboratory reference testing within the last year.
    • Price: Provide pricing for laboratory tests over five years, in the format specified by the VA.
    Contact Information:

    For clarification regarding this opportunity, bidders should contact the Contracting Officer, Alison L Klein, at alison.klein@va.gov.

    The VA encourages applicants to carefully review the solicitation and its amendments for further details and requirements.

    Point(s) of Contact
    Alison L KleinContracting Officer
    alison.klein@va.gov
    Files
    Title
    Posted
    The procurement objective of this RFP involves the enforcement of the Service Contract Act. The act requires contractors to adhere to specified minimum wages and benefits for employees performing work on service contracts with the federal government. The focus is on determining conformed classification, wage rates, and fringe benefits for various occupations. The file specifies minimum wage rates for numerous occupations, with potential variations based on Executive Orders and job classifications. These rates are crucial, as contractors must pay employees working on the contract at least the applicable hourly rate. The extensive list of occupations covers various sectors, including administrative, automotive, food service, healthcare, information technology, and protective services. Contractors must provide employees with paid sick leave, adhering to Executive Order 13706 for SCA-covered contracts awarded after January 1, 2017. Benefits such as paid vacations, holidays, and health & welfare allowances are also outlined. Additionally, the file details guidelines for hazardous pay differentials, uniform allowances, and night pay for specific occupations. If a contractor intends to employ service employees not listed in the determination (i.e., unlisted classifications), they must initiate conformance procedures. This process aims to establish appropriate wage rates and classifications for these positions in alignment with the Service Contract Act. Important dates include the contract's effective period, during which the specified wage rates and benefits must be adhered to, and the requirement to submit conformance requests for unlisted occupations within 30 days of contract work commencement. The evaluation of proposals will likely focus on ensuring compliance with the Service Contract Act's requirements, assessing wage rates, benefits, and job classifications to confirm alignment with the detailed specifications.
    The file outlines a comprehensive wage determination and benefits structure for various occupations associated with service contracts in Maryland. It specifies hourly wage rates, footnoting occupations with additional benefits, such as paid sick leave and uniform allowances. These rates are mandated by Executive Orders and are subject to annual adjustments. The document also details a process for handling unlisted occupations, ensuring compliance through the conformance process. This information is crucial for contractors bidding on service contracts covered by the Service Contract Act, helping them understand the required labor costs and benefits.
    The file outlines a comprehensive wage determination and benefits structure for various occupations associated with service contracts in the District of Columbia, Maryland, and Virginia. It aims to establish fair minimum wages and benefits for workers engaged in these contracts. The document specifies different hourly wage rates for numerous job classifications, ranging from administrative roles to transportation and protective services. The rates vary based on the complexity and responsibilities associated with each role. Additionally, the file mandates specific fringe benefits, such as health and welfare allowances, paid vacations, and paid holidays, which contractors must provide to the employees. The document also includes guidelines for situations requiring conformance, such as classifying new roles or adjusting wage rates. Conformance requests must be submitted to the contracting officer, who will work with the Wage and Hour Division to determine appropriate classifications and rates. These procedures ensure compliance with the Service Contract Act and maintain the rights and well-being of employees involved in these contracts.
    The Register of Wage Determinations outlines mandatory minimum wages for various occupations under the Service Contract Act. It applies to contracts awarded after January 2022, detailing occupation codes, titles, and corresponding wage rates. The primary objective is to establish fair minimum earnings for workers engaged in service contracts with the federal government. The document emphasizes that contractors must pay workers the higher of the specified minimum wage or the applicable rate listed in Executive Orders 14026 and 13658. The rates are occupation-specific, with footnoted occupations receiving additional benefits. The register also specifies the process for requesting authorization of additional classifications and wage rates, known as the conformance process. Key dates are outlined for compliance, including a 30-day period for contractors to propose conformed occupations after award of the contract. The register is effective until superseding guidance is issued, with critical dates being linked to contract award timelines. In summary, the register serves as a comprehensive guide, ensuring fair wage practices for service contracts and outlining the procedural framework for contractors and government agencies alike.
    The Department of Labor's Wage and Hour Division issues a wage determination notice for service contracts in West Virginia. It establishes minimum wage rates and benefits for various occupations, effective December 2023. The primary objective is to outline the applicable hourly wages, ranging from $12.50 to $53.92, for workers engaged in administrative, automotive, food service, healthcare, information technology, and many other roles. The rates are classified based on specific job titles and codes. The notice also specifies fringe benefits, including health and welfare provisions, paid vacation, holidays, and uniform allowances. Additionally, it outlines procedures for conforming unlisted job classifications and details executive orders on minimum wage requirements and paid sick leave for federal contractors. Critical dates include the December revision date and the enforcement of the wage rates from January 2024. The information serves as a comprehensive guide for contractors and employees, ensuring compliance with the Service Contract Act's provisions.
    The procurement objective of this RFP is to secure compliant labor services adhering to the provisions of the Service Contract Act. The focus is on outlining the applicable minimum wage rates for various occupations, with detailed specifications for each. The document aims to ensure contractors provide workers with the mandated minimum hourly wages, which vary based on occupation and executive orders. This file specifies the hourly wage rates for numerous occupations, encompassing administrative, automotive, food service, health, information technology, and personal needs roles, among others. These rates are divided into different occupation codes, with some roles having numbered footnotes indicating additional benefits or requirements. The document also includes instructions for contractors regarding paid sick leave, vacation, holidays, and hazardous work differntials. Contractors are expected to adhere to the specified wage rates and employment benefits outlined in the Service Contract Act Directory of Occupations. Additionally, the document outlines a process for requesting authorization for additional employee classifications and wage rates not explicitly listed. This process involves collaboration between contractors, the government contracting officer, and the Wage and Hour Division of the Department of Labor. The numerous critical dates are related to the compliance and administration of the contract, including the dates of last revision, the application of different executive orders, and the expected date of work performance in 2024. Evaluation of proposals will likely focus on compliance with the specified wage rates, occupation classifications, and the provision of mandated benefits. Ensure your proposal aligns with these requirements if you're seeking to provide labor services under this contract.
    The Department of Labor's Wage and Hour Division issues a wage determination notice, effective December 26, 2023, applying to contracts subject to the Service Contract Act. It establishes minimum wage rates and benefits for various occupations employed by federal government contractors in Kentucky and West Virginia. The primary objective is to outline the applicable hourly wages, ranging from $10.61 to $44.54, for over 200 occupations, with potential additional payments for night work, Sunday work, and hazardous duties. The notice also mandates paid sick leave, paid vacations, and paid holidays. The specified benefits include health and welfare contributions and a uniform allowance. This wage determination aims to regulate labor costs and worker benefits for government service contracts, ensuring compliance with labor laws and providing clarity to contractors and employees.
    The Department of Veterans Affairs seeks laboratory services for its medical centers through a multi-vendor, indefinite-delivery indefinite-quantity contract. The primary goal is to obtain reference testing services, including specimen preparation, transportation, and analysis, with a focus on accuracy and timely reporting. The contract aims to cover a range of tests, from routine to specialized, with a quick turnaround time. Key requirements include providing collection kits, ensuring chain-of-custody for medico-legal specimens, and offering 24/7 customer support for order inquiries. Contractors must have a current Business Partner Gateway Interconnection Security Agreement and Memorandum of Understanding in place. The VA emphasizes the need for efficient electronic data transmission and timely installation, preferably within 45 days of award. This contract also mandates compliance with data security and privacy protocols, annual training, and quick response times for resolving interface connection issues. Response submissions are due by July 17, 2024, with critical dates including submission deadlines and expected project timelines mentioned. Evaluation criteria focus on price and past performance, ensuring quality services.
    The Department of Veterans Affairs seeks medical malpractice insurance coverage for its Louis A. Johnson Veterans Medical Center, with a minimum coverage of $1 million per occurrence. Offerors must provide a draft subcontracting plan detailing subcontractor goals and strategies. The plan should encompass various small businesses and outline methods for their equitable involvement. Contractors must also demonstrate their ability to perform a wide range of clinical and anatomic pathology tests, with a minimum of 70% being performed in-house and the remaining subcontracted. Resumes of staff members who will act as onsite processors, managing specimen handling and data entry, are required. Additionally, bidders must present a Data Management System that interfaces with the Vista system, upholding HIPAA standards. Transport strategies, rapid specimen turnaround times, and customer service availability are further requirements. The evaluation of past performance in the past year, particularly in laboratory reference testing, is mandatory. Pricing for laboratory tests over a five-year period must be provided. This solicitation employs a tiered evaluation process, prioritizing service-disabled veteran-owned businesses, with an intention to award up to three contracts. Offerors must acknowledge the amendment's receipt and submit their offers accordingly. Key dates include a revised solicitation period closing on July 12, 2024, and a submission deadline of July 22, 2024, at 4:00 PM ET.
    The Department of Veterans Affairs issues an amendment to a solicitation for laboratory testing services. The amendment clarifies that offerors should structure their proposals according to Section M's outline in the solicitation. It also replaces an attachment detailing reference tests. Respondents must acknowledge the amendment and provide their proposals by the specified deadline. The VA emphasizes that all other terms and conditions of the original solicitation remain unchanged. This information is conveyed through an administrative narrative, which potential bidders must carefully note.
    The Department of Veterans Affairs (VA) issues an amendment extending the submission deadline for Solicitation 36C24524R0060. The primary objective of this solicitation remains unclear in the provided information. However, the VA emphasizes that all other terms and conditions, including the procurement's core requirements, remain unchanged. Offerors must acknowledge receipt of this amendment by the specified date and follow instructions to submit their offers.
    The Department of Veterans Affairs extends Solicitation 36C24524R0060 until July 31, 2024, at 4:00 p.m. ET. This extension applies to the entire solicitation, maintaining all existing terms and conditions. Offerors must acknowledge the receipt of this extension by the specified deadline. The solicitation seeks a contractor to provide unspecified goods or services, emphasizing the requirement for a response by the extended deadline.
    Here are the concise summaries for each file, focusing on the procurement objectives as requested:  File 1: The government seeks a comprehensive solution for human resources incubation, requiring an integrated system to manage various HR functions. This includes automation of processes, employee data management, and efficient program implementation.  File 2: The procurement focuses on obtaining a 14-3-3 protein detection system, possibly for medical diagnostic use, as it appears to be related to CSF analysis.  File 3: Need for a 17-hydroxyprogesterone LCMSMS kit for quantitative analysis in blood or urine samples, which has applications in detecting various medical conditions including adrenal disorders.  File 4: Procurement of 17-OH progesterone LCMS kits for quantifying progesterone levels, catering to the requirements of a clinical laboratory.  File 5: The requirement is for genetic analysis services, specifically related to the 19911A>G mutation. This may be sought for research or diagnostic purposes, possibly in conjunction with cancer studies.  File 6: Procuring 21-hydroxylase antibodies for medical research or diagnostic use, likely related to adrenal disorders or Cushing syndrome.  File 7: Urine tests are required for the quantitative determination of kappa and lambda light chains, which are important for diagnosing and monitoring various immunological disorders.  File 8: Need for a 5 nucleotidase assay, a rare enzyme associated with some genetic disorders, for use in clinical laboratories.  File 9: Procuring 5-HIAA with creatinine for 24-hour urine studies, a test used to diagnose carcinoid tumors and evaluate serotonin metabolism.  File 10: Requirement for serotonin (5-HIAA) detection kits, possibly for clinical research or psychiatric evaluations.  File 11: The procurement relates to the quantitation of 5-HIAA, a serotonin metabolite, in urine, which has applications in diagnosing psychiatric disorders.  File 12: 6-Acetylmorphine urine tests are sought to aid in the detection and monitoring of opioid usage, important for pain management and addiction studies.  File 13: Government interest in procuring alcohol screening devices or services, likely for workplace or road safety programs, involving breathalyzer or similar technology.  File 14: Requirements for oxycodone screening in urine, a controlled substance often prescribed for pain management, with an emphasis on distinguishing between codeine and oxycodone metabolites.  File 15: Focus on procuring pathological services, specifically surgical pathology evaluations, including biopsy assessments.  File 16 to 49: Multiple procurements related to pathological and technical evaluations, requiring a range of surgical pathology, histopathology, and cytology assessments. These files also include professional and technical site visits for quality assurance.  File 50 to 73: A series of procurements related to various advanced molecular tests, including PCR and DNA analyses, often for cancer evaluations, infectious disease diagnostics, and genetic research.  File 74 to 75: The requirement is for antibodies and associated kits to detect bacterial infections, with an emphasis on identifying Borrelia species.  File 76: Procuring a comprehensive metabolic panel to assess liver and kidney function, electrolyte balance, and other biochemical markers.  File 77 to 253: A wide range of medical laboratory tests and kits are required, spanning various specialties. These include tests for infectious diseases, autoimmune disorders, allergies, cancer biomarkers, cardiovascular risk assessment, drug screening, and hormonal analyses, among others. Many of these tests appear to be geared towards clinical research or academic studies.  File 254 to 374: Further emphasis on procuring assays, kits, and equipment for diverse clinical evaluations, including cancer genotyping, drug confirmation, and infectious disease diagnostics. Some tests focus on quantifying drug levels in the body, which could be useful for pharmacokinetic studies.  File 375 to 492: A series of immunological tests are sought, covering various antibodies and antigens. These include assays for bacterial and viral infections, autoimmune disorders, and cancer biomarkers. Some tests aim to detect specific antibodies, like anti-CCP for rheumatoid arthritis or anti-Hu for neurological disorders.  File 493 to 574: The focus shifts to genetic and chromosomal analysis, with procurements related to DNA sequencing, mutation analysis, and chromosomal abnormalities assessments. These services are required for research, diagnostic, and prenatal purposes.  File 575 to 634: Requirements for assorted laboratory tests, covering areas such as drug confirmation, heavy metal poisoning, immune response analysis, and metabolic markers. The tests vary from routine assessments to highly specialized analyses.  File 635 to 792: A diverse range of procurements related to cancer evaluations, infectious disease diagnostics, and immunological assessments. This includes tests for tumor markers, viral loads, and various antibody screenings. Procuring flow cytometry services for immunophenotyping and minimal residual disease detection is also evident.  File 793 to 999: The final files outline requirements for several advanced laboratory investigations, such as FISH analysis for chromosomal abnormalities, PCR-based tests, and immune complex assessments. Some tests aim to diagnose rare conditions, like Chaga's disease.  Overall, the files indicate a substantial procurement drive related to advanced medical laboratory services, tests, and research tools. The government aims to enhance its healthcare capabilities and infrastructure by acquiring these specialized services and products.
    Lifecycle
    Similar Opportunities
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the VISN 04 network. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, thereby improving healthcare outcomes for veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    6640--Laboratory Testing Supplies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 6, is conducting market research to identify potential vendors for laboratory testing supplies needed at the Durham VA Medical Center. The procurement aims to gather interest from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) for a contract that may include a base year and four one-year options, encompassing a variety of essential laboratory items such as chemical reagents, test tubes, and centrifuge tubes. This initiative is crucial for maintaining the operational efficiency of laboratory services at the facility. Interested vendors must submit their company details, socio-economic classifications, and capabilities statements to Patsy Simpson at Patsy.Simpson@va.gov by 8:00 AM on September 9, 2024, and must be registered in the System for Award Management (SAM).
    Q301--Anatomic Pathology (Multi-Station) RFQ 36C24424Q0892 replaces RFQ 36C24423Q1176 (Corrective Action) Tiered Soliciation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for Anatomic Pathology services under RFQ 36C24424Q0892, which replaces the previous RFQ due to corrective action. The contract aims to provide comprehensive pathology testing services for the Wilkes Barre and Philadelphia VA Medical Centers, with a performance period from September 1, 2024, through August 31, 2028. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal labor standards. Interested contractors must submit their offers by August 19, 2024, at 11:00 AM ET, and inquiries should be directed to Amanda Saunders, the Contracting Officer, at amanda.saunders@va.gov.
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for on-site Medical Technologist or Medical Laboratory Technician services at the Tennessee Valley Healthcare System (TVHS) facilities located in Nashville and Murfreesboro, Tennessee. The procurement aims to fill up to five positions under solicitation number 36C24924R0097, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will adhere to FAR Part 13 guidelines. These services are crucial for providing quality healthcare to veterans, ensuring timely and accurate laboratory results. Interested firms must be registered in the System for Award Management (SAM) to submit proposals by October 4, 2024, with the anticipated solicitation release date on or about September 5, 2024. For inquiries, contact Melvin Cole via email at melvin.cole@va.gov, as phone calls will not be accepted.
    R602--Pathology and Laboratory Courier Services for Eastern Oklahoma VA Medical Center (Muskogee, OK) and surrounding VA Clinics.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Pathology and Laboratory Courier Services for the Eastern Oklahoma VA Medical Center in Muskogee, Oklahoma, and surrounding clinics. The procurement aims to establish a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract to ensure timely and efficient courier services for the pathology and laboratory departments at multiple VA facilities, including clinics in Tulsa, McAlester, Bartlesville, and Claremore. These services are critical for the operational efficiency of the VA medical facilities, facilitating the transportation of medical specimens and laboratory materials. The solicitation, numbered 36C25924Q0755, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be available for quotes for 20 days following its expected release on August 28, 2024. Interested parties should direct inquiries to Contracting Officer Juanita Street at Juanita.Street@va.gov.
    R602--Pathology and Laboratory Courier Services for Eastern Oklahoma VA Medical Center (Muskogee, OK) and surrounding VA Clinics.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for pathology and laboratory courier services for the Eastern Oklahoma VA Medical Center in Muskogee, OK, and surrounding VA clinics. The procurement aims to ensure the timely transport of sterile lab supplies, laboratory specimens, interoffice mail, and other clinical needs, with a focus on maintaining health standards through defined delivery schedules and temperature controls. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is expected to commence on December 1, 2024, with options for extension through November 30, 2029. Interested vendors can contact Contracting Officer Juanita Street at Juanita.Street@va.gov or by phone at 303-712-5736 for further details.
    J065--Complete Lab RFQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a complete lab request for quotation (RFQ) for preventative maintenance of laboratory equipment at the Baltimore VA Medical Center. The procurement aims to ensure the optimal functioning of critical laboratory devices, including flow cytometers and microplate detection platforms, through biannual onsite inspections and technical support for software updates. This contract, valued at approximately $34 million, is essential for maintaining the quality of healthcare services provided to veterans by ensuring accurate data collection for research and development. Interested parties must submit their responses by September 13, 2024, at 4 PM Eastern Time, and can contact Crystal Brown, Contracting Specialist, at Crystal.Brown5@va.gov or 410-642-2411 x6912 for further information.
    H946--Actionable-436 (S) LEGIONELLA ANALYSIS SERVICES FORT HARRISON AND MILES CITY (VA-25-00002015)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Legionella analysis services at the Fort Harrison and Miles City VA facilities. The contractor will be responsible for conducting water testing for Legionella, adhering to CDC protocols, with a contract duration of one base year and four option years, commencing on October 14, 2024. This procurement is critical for ensuring the health and safety of veterans residing in these facilities, reflecting the government's commitment to maintaining safe water standards in healthcare environments. Quotations are due by September 9, 2024, and interested vendors must demonstrate technical capability and provide necessary certifications, including a valid CDC ELITE certification for Legionella testing. For further inquiries, contact Peyton Wilkerson at Peyton.Wilkerson@va.gov.
    F108--Lab Equipment Abatement - CI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for lab equipment abatement services at the Central Iowa VA Healthcare System, specifically under solicitation number 36C26324Q1159. The project involves the safe removal and disposal of asbestos-containing materials, including flooring, mastic, cabinetry, and countertops, while ensuring minimal disruption to laboratory operations. This initiative underscores the importance of maintaining a safe healthcare environment for veterans and staff, with a contract value estimated at $25 million and a completion timeline of 60 days post-task order issuance. Interested small businesses must submit questions by September 8, 2024, and direct all inquiries to Contract Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov.
    Savanna HSV1/2, VZV
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide a replacement for the HSV1/2, VZV RT-PCR test platform at the Durham Veterans Affairs Medical Center. The objective of this procurement is to enhance diagnostic capabilities by introducing a rapid, FDA-approved molecular diagnostic system that can deliver results in under 25 minutes, while ensuring minimal sample handling and contamination risk. This contract, valued at an estimated $41.5 million, is open to both small and large businesses, including those owned by women and service-disabled veterans, with proposals due by September 12, 2024. Interested parties can contact Patsy Simpson at Patsy.Simpson@va.gov or by phone at 757-722-9961 ext. 1030 for further information.