Q515--Pathology Physician & Lab Testing
ID: 36C26324Q0292Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- PATHOLOGY (Q515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for pathology physician and laboratory testing services to support the Central Iowa VA Health Care System located in Des Moines, Iowa. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a maximum estimated value of $7,500,000, covering a range of services including on-site and off-site laboratory testing, 24/7 on-call coverage, and daily courier services. This contract is crucial for ensuring timely and accurate medical testing for veterans, thereby enhancing the quality of care provided. Interested small business contractors must respond to the solicitation (36C26324Q0292) by August 19, 2025, at 10:00 AM Central Time, and can contact Contract Officer Nicole Burski at Nicole.Burski@va.gov or 320-252-1670 for further details.

    Point(s) of Contact
    Nicole BurskiContract Officer
    (320) 252-1670
    Nicole.Burski@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting proposals for comprehensive pathology and laboratory medicine services to support the VA Central Iowa Health Care System in Des Moines, IA. The solicitation, identified as 36C26324Q0292, is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base year and four one-year option periods, plus an additional six-month extension option. The contract has an estimated maximum value of $7,500,000. Services include on-site microscopic and gross examination of surgical samples, off-site cytology, bone marrow, flow cytometry, cytogenetic, and other specialized testing, 24/7 on-call coverage, and daily courier services. Offerors must be active in SAM.gov and propose up to six general pathologists and two pathology assistants for on-site rotation, with additional off-site specialists in cytopathology, dermatopathology, and hematopathology. Pricing is based on estimated hourly rates for personnel and per-procedure costs for various CPT-coded laboratory tests. The solicitation outlines contract administration, invoicing procedures, and mandatory disclosures, emphasizing compliance with FAR and VAAR clauses.
    The Department of Veterans Affairs (VA) Network 23 Contracting Office has issued Solicitation Number 36C26324Q0292 for Pathology Physician & Lab Testing services. This is a Combined Synopsis/Solicitation Notice with a response date of August 19, 2025, at 10:00 AM Central Time, Chicago, USA. The solicitation is set aside for Small Business Administration (SBA) and falls under Product Service Code Q515 and NAICS Code 621511. The contracting office is located in St. Cloud, MN, and the place of performance is the Central Iowa VA Health Care System in Des Moines, IA. Key contact for this solicitation is Nicole Burski. Several important documents are attached to the solicitation, including those related to immigration certification, organizational conflict of interest, rules of behavior, quality assurance, wage determination, and specific CFR regulations.
    This document is a Contractor Certification for compliance with the Immigration and Nationality Act of 1952, as amended, for contractors providing services to the Department of Veterans Affairs (VA). It mandates that contractors and subcontractors comply with all related immigration laws and regulations enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor. Key requirements include not knowingly employing, contracting, or subcontracting with illegal aliens or foreign nationals in violation of their status, and adhering to all "E-Verify" requirements consistent with "Executive Order 12989" and applicable Federal Acquisition Regulations. Failure to comply can result in the prohibition of non-compliant foreign nationals from working on VA-related services and may lead to contract termination for breach. Contractors are also required to obtain similar certifications from their subcontractors. The certification warns that false or fraudulent statements may lead to prosecution under 18 U.S.C. 1001.
    The document 852.209-70, "ORGANIZATIONAL CONFLICTS OF INTEREST (OCT 2020)," outlines the Department of Veterans Affairs' (VA) requirements for healthcare contracts to prevent organizational conflicts of interest (OCI). It emphasizes the government's interest in avoiding situations where a contractor's impartiality might be impaired or an unfair competitive advantage could arise. Offerors must submit a statement, using "APPENDIX A," detailing any past, present, or planned financial, contractual, organizational, or other interests that could lead to an OCI, including information for consultants and subcontractors. The document allows offerors to propose mitigation strategies. The Contracting Officer will assess this information and may disqualify a contractor if an OCI exists and cannot be satisfactorily mitigated. If mitigation is impossible but awarding the contract is in the government's best interest, a waiver may be requested. Nondisclosure or misrepresentation of OCIs can lead to contract termination. APPENDIX A provides a certification form for contractors to declare no conflicts or to attach a detailed statement of any potential conflicts.
    The VA HANDBOOK 6500.6, Appendix D, outlines the mandatory Rules of Behavior for contractors accessing Department of Veterans Affairs (VA) information assets, systems, and sites. This user agreement emphasizes that contractors have no reasonable expectation of privacy and consent to monitoring and disclosure of their activities by VA and law enforcement personnel. Unauthorized access, modification, or misuse of federal systems is strictly prohibited and subject to severe penalties, including criminal charges. Contractors must comply with VA security and data privacy directives, report security incidents, and adhere to specific rules regarding account access, data handling, software usage, and protection of VA sensitive information. Personal use of VA systems is forbidden, and contractors must ensure subcontractors also comply with these stringent security requirements. The agreement underscores the importance of information security training and proper handling of VA IT resources, including restrictions on dual network connections and use of non-VA equipment.
    The Quality Assurance Surveillance Plan (QASP) for contract 36C26324Q0292 outlines the systematic method for evaluating contractor performance. It details what, how, and by whom monitoring will be conducted, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while defining the Government's objective role in evaluation. Key Government roles include the Contracting Officer (CO), responsible for ensuring compliance and fair treatment, and the Contracting Officer's Representative (COR), who handles technical administration and surveillance. Performance is evaluated against specific standards using methods like direct observation, periodic inspection, customer complaints, random sampling, and documentation verification. Performance ratings, ranging from Exceptional to Unsatisfactory, are tied to the Contract Performance Assessment Reporting System (CPARS). The document also outlines procedures for documenting performance, addressing deficiencies through Contract Reports (CRs), and securing acknowledgments from both the COR and contractor.
    This document is a wage determination for service contracts in Des Moines, Henry, Lee, Louisa, and Muscatine Counties, Iowa, issued by the U.S. Department of Labor. It outlines minimum wage rates for various occupations, fringe benefits, and holiday/vacation policies. Key details include applicable minimum wages under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. Fringe benefits include health and welfare rates ($5.36/hour or $4.93/hour for EO 13706 contracts), paid vacation (2 to 5 weeks based on service), and thirteen paid holidays annually. Special provisions detail rules for computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. The document also describes the conformance process for unlisted occupations, requiring contractors to propose classifications and wage rates for approval by the Wage and Hour Division.
    This government file, specifically 42 CFR 415.170, outlines the conditions for Medicare payment for physician services provided in teaching settings under a fee schedule basis. The main purpose is to clarify when such services are eligible for payment. Services are payable if personally furnished by a non-resident physician, or if furnished by a resident in the presence of a teaching physician. Exceptions to the latter condition are detailed in specific sections, including those for teaching physician services, hospital outpatient and certain ambulatory settings, renal dialysis services, and psychiatric services. This regulation ensures proper billing and reimbursement for medical services within teaching environments, aligning with federal healthcare guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...