Q301--36C249-27-AP-0005 - Sterile Compounding Certification - (TVHS Pharmacy)
ID: 36C24925Q0381Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a federal contract focused on sterile compounding certification and monthly viable testing services at the Tennessee Valley Healthcare System (TVHS) pharmacies located in Murfreesboro and Nashville, Tennessee. The procurement includes comprehensive testing services such as viable air and surface sampling, HEPA filter integrity tests, clean room certifications, and personnel evaluations, all in compliance with USP standards for sterile preparations and hazardous drugs. This contract is crucial for maintaining safety and regulatory compliance in pharmaceutical compounding, with a base period from October 1, 2025, to September 30, 2026, and three option years extending through September 30, 2029. Interested vendors should direct inquiries to Contract Specialist Christina Lawrence at christina.lawrence2@va.gov, with proposals due by August 14, 2025, at 10:00 AM CDT.

    Point(s) of Contact
    Christina LawrenceContract Specialist
    christina.lawrence2@va.gov
    Files
    Title
    Posted
    This government RFI (Request for Information) details requirements for pharmacy certification and monthly viable testing in sterile preparation areas at TVHS Pharmacies. The services include viable air and surface sampling, HEPA filter integrity tests, clean room certification, BSC (Biological Safety Cabinet) and LFCB (Laminar Flow Compounding Aseptic Isolator) certification, and HD Storage RAER and pressure checks. The scope covers two main locations: the Murfreesboro Campus (Building 3, Rooms G12H, G12J, G12K) and the Nashville Campus (Building 1, Rooms G105B, G105V, G105D, G105E). Additionally, the RFI specifies needs for personnel testing, media fill testing, gloved fingertip and thumb testing, surface sampling, and garbing and cleaning competency observations. The contract includes a base period from October 1, 2025, to September 30, 2026, and three option years, with quantities for services provided on a monthly or as-needed basis.
    This government file, identified as RFI 36C24925Q0319, details an Request for Information (RFI) for pharmacy certification and monthly viable testing in sterile preparation areas. The primary purpose of this RFI is to solicit information from vendors capable of providing all necessary labor, materials, and equipment to perform monthly air microbiological sampling and semi-annual Controlled Environmental Testing Association (CETA) certification. This certification specifically covers Primary Engineering Controls, Secondary Engineering Controls, and sterile preparation areas within TVHS Pharmacies at both the Murfreesboro (Building 3, Rooms G12H, G12J, G12K) and Nashville (Building 1, Rooms G105B, G105V, G105D, G105E) Campuses. The scope of work also includes personnel testing, media fill testing, gloved fingertip and thumb testing, surface sampling, garbing competency observation, and cleaning competency observation. The RFI outlines various services such as viable air and surface samples, HEPA filter integrity tests, clean room certifications, BSC certifications, LFCB certifications, and HD storage RAER and pressure tests for both locations, along with associated fees for shipping, report generation, and technician services, including provisions for extra services if failures occur.
    The document outlines a Request for Information (RFI) for various microbiological sampling and certification services at two sites: Murfreesboro (Murf) and Nashville (Nash). The services include viable air and surface sampling, HEPA filter integrity testing, clean room certifications, and technician service fees for both locations. It details the quantities for each type of sample and the associated costs for extra services, including shipping and report generation. This RFI aims to ensure compliance with cleanliness and safety standards in sterile preparation areas, reflecting a commitment to maintaining high-quality laboratory environments. Various sampling details are provided, indicating the rigorous testing required for air and surfaces in pharmaceutical preparations. The document serves as a framework for prospective contractors to understand the scope and requirements necessary for getting involved in this important health and safety initiative, particularly within the context of federal and state regulations surrounding laboratory operations. The focus is on providing reliable data to support quality assurance initiatives in healthcare settings.
    This government solicitation amendment, RFP #36C24925Q0381, from the Department of Veterans Affairs, Network Contracting Office 9 (NCO 9), extends the deadline for offers to August 14, 2025, at 10:00 CDT. The amendment provides answers to vendor questions, corrects line items, and adds extra testing requirements for TVHS VAMC Sterile Compounding Bi-annual Certification, Monthly Viable Testing, and Personnel Gloved Fingertip and Media Fill Testing. Key clarifications include the vendor's responsibility for all environmental sampling (air and surface) and certifications, while VA staff will conduct personnel sampling using vendor-provided supplies and lab services. The reporting time for test results has been extended to 17 days to accommodate incubation periods. The document also details specific services and quantities for various testing and certification tasks across Murfreesboro and Nashville facilities, including viable air/surface samples, HEPA filter integrity tests, clean room certifications, and self-serve sampling kits, for a base year and three option years.
    This document is an amendment to a solicitation (RFQ #36C24925Q0381) issued by the Department of Veterans Affairs, Network Contracting Office 9 (90C), for sterile compounding bi-annual certification, monthly viable testing, and personnel gloved fingertip and media fill testing services. The amendment primarily addresses vendor questions, corrects a line item from a previous amendment (P00001), and extends the solicitation close date to August 14, 2025, at 10:00 AM CDT. It clarifies quantities for various testing services, consolidating previously separated line items into a single 12-month period. The document details a comprehensive price/cost schedule for a base period and three option years, covering services such as viable air/surface samples, HEPA filter integrity tests, clean room certifications, and self-serve sampling for both Murfreesboro and Nashville locations, along with associated shipping, report generation, and technician fees.
    This government Request for Quotation (RFQ) outlines requirements for pharmacy certification and monthly viable testing in sterile preparation areas at TVHS Pharmacies in both Murfreesboro and Nashville campuses. The services include air and surface sampling, HEPA filter testing, room pressure checks, and certification of various pharmacy equipment such as LFCBs, HD Storage, Isolators, and BSCs. Additionally, the RFQ specifies requirements for personnel testing, media fill testing, gloved fingertip and thumb testing, surface sampling, garbing competency observation, and cleaning competency observation. The contract period includes a base year from October 1, 2025, to September 30, 2026, and three one-year options, extending services through September 30, 2029. The primary NAICS code for this solicitation is 541380, indicating services related to testing laboratories.
    The Tennessee Valley Healthcare System (TVHS) is seeking proposals for a contract focused on the biannual certification and monthly viable testing for their pharmacy service areas. This contract entails comprehensive testing as mandated by the United States Pharmacopeia (USP) standards, specifically USP Chapter <797> for sterile preparations and USP Chapter <800> related to hazardous drugs. The contract will involve monthly air and surface testing, as well as personnel evaluations, ensuring that all services comply with the latest Federal Acquisition Regulations and local healthcare standards. The scope covers necessary certifications of primary and secondary engineering controls every six months, including air and surface sampling with identification of microbial growth if levels indicate action is required. The testing will also include evaluations of biologic safety cabinets and laminar airflow workstations. The TVHS aims to ensure compliance with applicable regulations to maintain high safety standards in pharmaceutical compounding. The proposal process encourages small businesses, with all interested contractors required to submit quotes electronically by specified deadlines, while adhering to a structured request for quote (RFQ) process.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a Request for Quote (RFQ) related to Sterile Compounding Certification services at the Tennessee Valley Healthcare System located in Nashville, TN. The contract is identified by solicitation number 36C24925Q0381, with a response deadline set for August 1, 2025, at 10 a.m. Central Time. This procurement is set aside for small businesses (SBA) and falls under the Product Service Code Q301 and NAICS Code 541380. Contracting inquiries should be directed to Christina Lawrence, the designated contracting officer, via email or phone. The notice indicates that further details regarding the specific services for pharmacy viable surface and viable air testing will be forthcoming. The documentation outlines the performance location, contact details, and additional agency information, emphasizing the VA's commitment to ensuring compliance and quality in its pharmacy services. The focus on sterilization underscores the importance of health and safety in medical environments.
    The document is an amendment to the solicitation ID 36C24925Q0381 issued by the Department of Veterans Affairs, specifically the Network Contracting Office 9. It primarily addresses the procurement for sterile compounding and testing services at the Tennessee Valley Healthcare System (TVHS) Veterans Affairs Medical Centers (VAMC) in Murfreesboro and Nashville. The amendment extends the deadline for submitting offers to August 14, 2025, and provides clarifications on vendor responsibilities for environmental sampling, line item adjustments, and report timelines. Key points include the contractor being responsible for environmental sample collection and the provision of testing supplies, while VA staff will conduct personnel testing. Inquiries about specific line items were addressed, confirming details about sample quantities and reporting timeframes. Various testing requirements, including viable air and surface sample collections, clean room certifications, and HEPA filter tests, are specified for both facilities along with pricing structures for multiple contract periods. This document highlights the VA's structured approach in soliciting bids for critical testing services that ensure compliance with health standards and patient safety in sterile environments. The level of detail in the responses indicates a thorough vetting process to clarify vendor obligations and expectations.
    The document outlines a Request for Quotes (RFQ) issued by the federal government for Pharmacy Certification and Monthly Viable Testing in sterile preparation areas at healthcare facilities located in Murfreesboro and Nashville, Tennessee. It details required services, including air and surface sampling, HEPA filter testing, and technician service fees, with specific quantities outlined for each type of testing. The contract period is from October 1, 2025, to September 30, 2026, with options for extensions. The RFQ emphasizes the need for compliance with standards for sterile preparation, addressing safety and quality assurance in pharmaceutical practices. The thorough documentation captures the services offered, pricing structure, and the regulatory context necessary for contractors wishing to bid on these services, exhibiting the government’s focus on health standards and reliability in pharmaceutical environments.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction is a crucial document for offerors bidding on VA contracts. It outlines the mandatory compliance requirements for subcontracting, specifically detailing limitations based on the contract type (services, general construction, or special trade construction). For services, subcontractors cannot receive more than 50% of the government-paid amount. For general construction, this limit is 85%, and for special trade construction, it is 75%. These percentages apply to firms not listed as VIP-listed SDVOSBs or VOSBs. The document emphasizes that false certifications can lead to severe penalties, including criminal prosecution and fines. Offerors must submit a signed certification with their bid, acknowledging that the VA may request documentation to verify compliance. Failure to comply or provide requested documents can result in remedial action and render the offer ineligible for award, underscoring the importance of adherence to these subcontracting regulations.
    The "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction" outlines the subcontracting limitations that must be adhered to by contractors awarded contracts under 38 U.S.C. 8127(k)(2). It specifies that for service contracts, contractors cannot pay more than 50% of the government-received amount to firms that are not Veterans' Initiative Program-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction contracts, this limit is set at 85%, and for special trade construction contractors, it is 75%. The document emphasizes the importance of compliance with these limitations, articulating the consequences of non-compliance, including potential legal penalties and the requirement for documentation to verify compliance. Contractors are expected to cooperate in demonstrating adherence to these requirements throughout the contract duration and upon its completion. Failure to provide necessary records may lead to governmental remedial actions. Notably, the certification must be signed and submitted with the proposal to be eligible for contract consideration. This document plays a vital role in ensuring that federal procurement acknowledges and promotes veteran participation in government contracts.
    The document outlines the ground floor plan for the USP 800 Pharmacy Compliance project at the York VAMC - TVHS in Murfreesboro, TN. It details architectural modifications, including new metal stud walls, finishes, and the patching of holes from equipment removal. The plan specifies areas for IV Prep, Chemo, Storage, and various buffer rooms, along with dimensions and square footage for each. The scope of work involves coordination with mechanical, electrical, plumbing, and fire protection drawings. Key architectural elements such as pass-thru locations, epoxy resin floor color changes, and ramp details are highlighted. The project emphasizes adherence to fire separation standards and smoke resistive hazardous area requirements, ensuring a fully sprinklered facility. This document, prepared by Apogee Consulting Group, P.A., serves as a comprehensive guide for the construction and renovation of the pharmacy to meet USP 800 compliance.
    The document outlines the construction plans for a pharmacy compliant with USP 800 standards at the York Veterans Affairs Medical Center in Murfreesboro, Tennessee. It details the scope of work, which includes the installation of new metal stud walls and partitions, repainting existing finishes, and making necessary adjustments to mechanical systems. Key design specifications include maintaining fire separations and ensuring full sprinkler coverage throughout the pharmacy area. The plans accommodate for the removal and installation of various fixtures and equipment, requiring coordination across architectural, mechanical, electrical, and plumbing trades. The revisions and drawings provide detailed measurements and require adherence to safety and operational guidelines, emphasizing the importance of health compliance in the renovation process. This project reflects the VA's commitment to enhancing healthcare services while following regulatory standards safely and effectively.
    This government file details the first-floor plan for a USP 800 Pharmacy Compliance project at a VA facility located at 1310 24th AVE S, Nashville, TN 37212. The document, dated May 14, 2019, outlines a comprehensive renovation including new metal stud walls, partitions, and furring, as well as repainting and finishing existing surfaces to match new installations. Key areas include outpatient filling/assembly, HD prep, storage, buffer, and anterooms, IV prep, non-sterile compounding, and various support rooms like electrical closets, data vaults, and male/female toilets. The plan emphasizes adherence to fire separation and smoke wall standards, fully sprinklered conditions, and includes specific instructions for mechanical, electrical, plumbing, and fire protection work, sealing penetrations, patching concrete floors, and providing necessary blocking for fixtures. The project is managed by Apogee Consulting Group, P.A., with a focus on modernizing the pharmacy to meet current compliance standards.
    The document outlines the construction plans for a Veterans Affairs (VA) facility in Nashville, Tennessee, specifically focusing on upgrades to the pharmacy area under VA project number 626-18-501. It presents detailed architectural layouts and technical specifications detailing various phases of construction, including new metal stud walls, partitions, and finishes. The plans emphasize compliance with mechanical, electrical, plumbing, and fire protection standards, intending to enhance functional capacity and safety in the pharmacy environment. Tasks include painting, replacing floor finishes, and ensuring structural integrity during demolition and installation processes. The submission reflects adherence to rigorous design standards essential for healthcare environments and highlights the importance of health regulations such as USP 800 for pharmacy operations. Overall, this document serves as a critical reference for construction teams to ensure proper execution of the project while prioritizing safety, compliance, and modernized facility operations for veteran care.
    The provided document, likely a technical manual or product brochure from Baker Company, details the features, functions, and proper use of the SterilGARD® e3 cabinet. It outlines the cabinet's design, including its LED light canopy, and emphasizes regulatory compliance and adherence to various standards. The document also provides cautionary notes for users. Key standard features such as alarms, controls, filters, lighting, and a motor/blower system are described. Optional features like anchoring systems, additional filters (ULPA), canopy exhaust connections, and UV lights are also presented. The manual covers operational aspects, including the use of controls, UV light, LED light, outlets, and the blower, along with cabinet timer functions. It extensively lists and explains various alarm conditions, such as power/processor faults, viewscreen position alarms, and pressure alarms. Furthermore, the document provides instructions for start-up procedures, working within the cabinet, using ancillary equipment, and reacting to spills. It concludes with guidelines for cleaning and disinfecting stainless steel, handling spills, and space decontamination.
    The document outlines the specifications and operational guidelines for the SterilGARD® e3 cabinet, a critical piece of laboratory equipment designed for sterile working environments. It includes detailed descriptions of the cabinet's features, such as its design, regulatory compliance, alarm systems, and various standard and optional features like UV light and cable ports. It emphasizes the cabinet's utility in maintaining a controlled environment, with information on proper usage, cleaning protocols, and operational controls. The guidelines serve to ensure safe handling of materials within the cabinet, directing attention to issues such as spill reactions, maintenance, and service connections. Overall, the document provides comprehensive technical specifications and usage instructions pertinent for health and safety in governmental and laboratory settings, aligning with regulations likely related to federal grants or proposals (RFPs) in the medical or research sectors.
    This document, Wage Determination No. 2015-4647, Revision No. 29, issued by the U.S. Department of Labor, details minimum wage rates and fringe benefits for service contract workers in specific Tennessee counties. It outlines two primary Executive Orders (EO 14026 and EO 13658) that dictate minimum hourly wages based on contract award dates, with rates of $17.75 and $13.30 respectively for 2025, or higher if specified in the wage determination. The document provides extensive lists of occupations with their corresponding hourly wage rates, ranging from administrative support to technical and transportation roles. It also specifies health and welfare benefits ($5.55 or $5.09 per hour, depending on EO 13706 applicability), vacation accrual (2-4 weeks based on service), and eleven paid holidays. Special conditions for computer employees, air traffic controllers, and weather observers are noted, along with hazardous pay differentials (4% or 8%) and uniform allowance policies. The conformance process for unlisted job classifications is also thoroughly explained, requiring a formal request (SF-1444) to the Wage and Hour Division for approval.
    The document is the "Register of Wage Determinations" issued by the U.S. Department of Labor, detailing wage rates and requirements under the Service Contract Act for contracts active in Tennessee. It includes wage determination number 2015-4647, revisions, and compliance guidelines related to federal contracts. Specifically, contractors must adhere to the minimum wage standards outlined in Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, wages must be at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour unless otherwise specified. The document lists occupations across various sectors alongside their corresponding wage rates and includes additional benefits such as health and welfare provisions, vacation time, and holiday pay. It also addresses fringe benefits and notes requirements for occupational classifications not listed. This wage determination is pivotal in ensuring fair compensation for workers employed under governmental contracts, reflecting the government's commitment to labor standards and worker protections in public contracts while providing specific guidelines for contractors engaged in these agreements.
    Similar Opportunities
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Buyer not available
    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.
    Q517--Staffing Service Tucson
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for staffing services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona, under Solicitation Number 36C77022R0008. The contract, which is a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, requires the contractor to provide non-personal staffing for various roles, including Pharmacists, Pharmacy Technicians, and Shipper/Packer positions, ensuring a minimum staffing rate of 97% across two shifts. This procurement is critical for maintaining efficient pharmacy operations, processing over 15 million prescriptions annually, and adhering to strict compliance with VA and federal regulations, including HIPAA. Proposals are due by 10:00 AM CST on December 18, 2025, and interested parties should contact Nicholas L. Schulte at nicholas.schulte1@va.gov for further information.
    J065--Controlled Environment Testing Association (CETA) Certifications Department of Veterans Affairs (VA) Veterans Integrated Service Network (VISN) 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Controlled Environment Testing Association (CETA) Certifications for its Veterans Integrated Service Network (VISN) 4, which includes nine hospitals in Pennsylvania. The procurement involves comprehensive testing, certification, preventive maintenance, repair, and filter replacement services for critical containment and ventilation equipment, adhering to United States Pharmacopeia (USP) standards. This contract, structured as a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) with a five-year performance period, requires contractors to be CETA certified and registered, with detailed reporting obligations. Interested parties must respond by December 11, 2025, and can contact Loretta Payne at loretta.payne@va.gov for further information.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Buyer not available
    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.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.
    6505--Dimethyl Fumarate Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking offers for the procurement of Dimethyl Fumarate Capsules (120MG and 240MG delayed-release) through solicitation 36E79726R0003. This contract aims to establish a reliable supply source for these pharmaceutical products to support VA, Department of Defense (DoD), Indian Health Service (IHS), and Bureau of Prisons (BOP) facilities, with a contract structure that includes a one-year base ordering period and four one-year options. The products are critical for treating specific medical conditions, and offerors must comply with stringent requirements, including FDA regulations, Drug Supply Chain Security Act (DSCSA) compliance, and the provision of unique National Drug Codes (NDCs). The deadline for submitting offers has been extended to December 9, 2025, at 2:30 PM CST, and interested parties can contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov for further information.
    Q999--580-26-1-314-0001 Sterile Processing Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16 (NCO 16), is seeking qualified firms to provide Sterile Processing Services at the Michael E. DeBakey VA Medical Center in Houston, TX. The procurement aims to identify capable Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) to fulfill a Firm-Fixed Price (FFP) contract for Project Management and Medical Supply Technician services, supporting approximately 12,000 minimally invasive surgical procedures and the reprocessing of related instrumentation. This initiative is crucial for maintaining high standards of care and operational efficiency within the VA's surgical departments. Interested parties must submit their responses, including a statement of interest and capability statement, to Contracting Officer Felicia Lovelady at felicia.lovelady@va.gov by December 10, 2025, at 14:00 Central Time. This notice serves solely for market research purposes and does not constitute a solicitation for bids.
    J065--Hand Hygiene Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a Hand Hygiene Monitoring System to be utilized at the Lt. Col. Luke Jr. Weathers VA Medical Center in Memphis, TN. The system must provide continuous 24/7 monitoring of hand hygiene practices, include a staff-worn device with notifications, and operate on a non-VA network while ensuring HIPAA compliance. This procurement is set aside for small businesses under NAICS code 339112, with a contract period from January 1, 2026, to September 30, 2031. Interested vendors must submit their quotes by December 12, 2025, at 10:00 AM CST to Carlos Rodriguez at Carlos.Rodriguez14@va.gov, with the award based on a comparative evaluation of technical capability, price, and past performance.
    6640--Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 19, is seeking information from vendors capable of providing Polymerase Chain Reaction (PCR) Molecular Diagnostic Cost Per Test (CPT) services for the Fort Harrison VA Medical Center and Benjamin Steele VA Clinic in Montana. The procurement requires vendors to supply two analyzers that can perform specific molecular diagnostic tests, including respiratory pathogen panels and blood culture identification, while ensuring minimal hands-on time for medical technologists. This initiative is crucial for enhancing the accuracy and efficiency of molecular virology results in veteran healthcare. Interested parties must submit their capability statements, including business size status, to Contract Specialist Ernest Appiah via email by January 5, 2026, at 9 AM Mountain Time.
    Radiopharmaceuticals for Temple Texas VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide radiopharmaceuticals for the Olin E. Teague VA Medical Center in Temple, Texas, through a short-term contract lasting six months. This procurement is critical for the Nuclear Medicine Department, as the radiopharmaceuticals are essential for medical imaging and therapeutic treatments for various carcinomas, with a total estimated procurement cost of $445,000. The urgency of this requirement is underscored by the short shelf-life of the products, necessitating timely delivery to ensure continuous patient care for veterans. Interested vendors can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 for further details.