VISN 1 Primary Reference Laboratory Testing
ID: 36C24124Q0194Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for VISN 1 Primary Reference Laboratory Testing Services, aimed at enhancing laboratory testing capabilities and specimen transport for veterans' healthcare facilities across New England. The contract encompasses a range of services, including specimen collection, transportation, analytical testing, and timely reporting of results, all in compliance with federal and state regulations. This procurement is critical for ensuring efficient healthcare delivery to veterans, with a contract period from April 1, 2025, to September 30, 2025, and options for extension. Interested bidders should submit their proposals by March 10, 2025, and can direct inquiries to Cynthia Thompson at Cynthia.Thompson2@va.gov or by phone at 603-624-4366.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 1 to the Sources Sought Notice 36C24124Q0194 pertains to the VISN 1 Primary Reference Laboratory Testing and serves to extend the deadline for submissions. Originally due by January 3, 2025, the new deadline for submitting information is now January 10, 2025, at 4:00 PM Eastern Time. The contracting office is located at the Department of Veterans Affairs, VAMC Manchester, in New Hampshire. This amendment does not involve Recovery Act Funds and is classified under the product service code Q301 with a NAICS code of 621511. Interested parties must contact Cynthia Thompson via the provided email for further inquiries. The amendment emphasizes the importance of timely responses to facilitate the procurement of laboratory testing services, reflecting the Department of Veterans Affairs' ongoing efforts to enhance healthcare services for veterans. The details are archived 15 days post the submission deadline, ensuring all communications about the RFP remain accessible during the procurement process.
    The Department of Veterans Affairs (VA) is soliciting proposals for VISN 1 Reference Laboratory Testing Services, aiming to provide a comprehensive range of laboratory testing capabilities and specimen transport services for veterans' healthcare facilities in New England. The contract will encompass services such as specimen collection, transportation, analytical testing, and results reporting, adhering to stringent compliance with federal and state regulations, including necessary licensing and accreditation for laboratories involved. The services required include timely transportation of clinical specimens, analytical laboratory testing, feedback provisions for test results, and a consultative service component. The contract period is set from April 1, 2025, to September 30, 2025, with several options for extension. The VA will prioritize offers from small businesses, including those owned by veterans. Key specifications include a structured performance work statement that mandates uniformity in testing procedures across all participating facilities, timely electronic reporting of test results, maintaining safety in specimen transport, and comprehensive customer service. The contractor must also engage in quality assurance practices, ensuring compliance, accuracy, and responsiveness to the needs of VA personnel. This solicitation reflects the VA's commitment to enhancing healthcare delivery through robust and compliant laboratory services.
    The Veterans Affairs (VA) is issuing a Sources Sought Notice to solicit market research and gather information from potential contractors for reference laboratory testing, phlebotomy, and courier services to All VISN 1 sites. This notice, identified by solicitation number 36C24124Q0194, is not a binding solicitation but aims to determine the availability of capable small businesses, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB). Responses are due by January 3, 2025, with specific response guidelines, including submission of relevant company information, past contracts, and compliance with specific accreditation and licensing requirements. The selected contractor will be responsible for ensuring operational draw stations from day one, maintaining a defined turnaround time for tests, and adhering to the outlined Performance Work Statement (PWS). Responses should affirm capabilities to meet all PWS requirements, provide necessary certifications, and include details on subcontractor arrangements if applicable. Overall, this initiative underscores the VA's commitment to enhancing laboratory services for veteran healthcare while encouraging participation from qualified small businesses.
    The document outlines Amendment 1 to Solicitation 36C24124Q0194, issued by the Department of Veterans Affairs for VAMC Manchester. Key changes include revisions of contract clauses regarding the extension of services and contract terms. The timeframe for written notifications to extend options has been specified more clearly, and the total duration of the contract has been updated to a maximum of one year, reflecting a change from six months. Several references to outdated clauses regarding service-disabled veteran-owned and veteran-owned small business evaluation factors have been removed and replaced with updated versions. Additionally, two new FAR clauses related to requirements and order limitations have been added. The document also emphasizes the need for offerors to complete specific attachments related to services and references. It clarifies the evaluation process, stating that technical quotes will be assessed based on acceptability and then further evaluated on experience and pricing. This amendment ensures clarity, compliance, and fairness in the procurement process for contracted services, reflecting the federal government's commitment to supporting veteran-owned businesses.
    The document pertains to Amendment 2 of Solicitation Number 36C24124Q0194-Q1 by the Department of Veterans Affairs, specifically for laboratory service contracts. This amendment extends the deadline for offers to March 7, 2025, while incorporating responses to questions received by February 14, 2025. Key points include clarification on test panel components, routine pickup days, and emergency transportation services availability. The document also addresses specific inquiries related to the performance of work, drop-off locations, allowable test codes for bidders, and the rationale for not setting the solicitation aside for service-disabled veteran-owned small businesses (SDVOSBs). Additionally, bidders are permitted to submit supplemental documents for test menus and specific details regarding genetic testing options. The solicitation emphasizes the importance of adhering to guidelines for submission and compliance, aligning with VA standards. Overall, the amendment reflects ongoing communication and clarification efforts during the procurement process, aimed at ensuring a thorough understanding of contractual obligations and requirements for potential bidders.
    This document is an amendment to solicitation number 36C24124Q0194 issued by the Department of Veterans Affairs, specifically by the VAMC Manchester Contracting Officer. The primary purpose of the amendment is to extend the deadline for offer submissions to Monday, March 10, 2025, at 4:30 PM EST. This follows the established protocol for addressing modifications in federal contracts by providing notice to all offerors/bidders. All other terms and conditions of the original solicitation remain unchanged and in full force. The Point of Contact for further inquiries regarding this amendment is Cynthia Thompson, whose email is provided for communication. This amendment is part of the standard process in handling federal Requests for Proposals (RFPs), ensuring transparency and compliance in the procurement process.
    The document lists an extensive range of medical tests and associated parameters, indicating a comprehensive laboratory or healthcare service that provides diagnostic testing. Each entry represents various tests, including biomarker assessments, antibody screenings, and genetic analyses, aimed at diagnosing or monitoring specific health conditions. The file includes details about allergy panels, cancer markers, infectious disease tests, metabolic panels, genetic testing for hereditary conditions, and drug screening profiles. The structured format suggests that it is part of a Request for Proposal (RFP) or grant application process, likely targeting healthcare providers or laboratories interested in collaborating on diagnostic capabilities. The aim is to ensure quality and variety in testing options available to patients and healthcare professionals, highlighting the institution's commitment to comprehensive healthcare services and innovation in medical testing methodologies. The document emphasizes the need for vendors to provide comparable tests or services, detailing specific tests that may have vendor-specific names, thereby underlining the competitive nature of the healthcare procurement process.
    The document lists various medical tests and assays provided by a current vendor, Quest Diagnostics. It includes a comprehensive catalog of laboratory tests ranging from biochemical markers like 14-3-3 Proteins in cerebrospinal fluid to allergy panels and genetic tests. The format indicates that the vendor is responding to a federal or state request for proposal (RFP) or grant related to laboratory services, specifying services and their corresponding codes. The extensive array of tests serves various fields including oncology, immunology, infectious diseases, and metabolism, showcasing the vendor's capability to cater to diverse diagnostic needs. This detailed offering aims to support healthcare providers in clinical decision-making and patient management by providing timely and accurate test results. The listing reflects meticulous organization and comprehensive scope to meet regulatory and healthcare standards within the public health sector.
    This document outlines the locations and contact information for various Veterans Affairs (VA) medical facilities within VISN 1, including hospitals and clinics across several states such as Vermont, Massachusetts, Rhode Island, New Hampshire, and Connecticut. It details specific addresses and operational phone numbers for both general inquiries and critical values across multiple clinics like the White River Junction, Providence, and Bedford facilities. The document provides extensive information regarding hours of operation for different departments, specimen processing, and critical care protocols for laboratory testing. Additionally, it mentions the procedures for urgent issues, including after-hours contacts and various points of communication for staff managing laboratory samples and test results. The overarching purpose is to ensure efficient communication and operational flow within the VA healthcare system, facilitating service provision to veterans.
    The document outlines the contact information, operating hours, and key personnel for various facilities within the Veterans Integrated Service Network (VISN) 1, which encompasses regions across Vermont, New Hampshire, Massachusetts, Rhode Island, and Connecticut. It includes comprehensive details for locations such as the White River Junction, Providence, Manchester, Bedford, Togus, and others, highlighting their respective address, phone numbers, and email contacts. The facilities operate on diverse schedules, with some providing 24-hour services while others adhere to regular business hours. The document serves as a critical resource for potential contractors and stakeholders involved in providing healthcare services, research, and support to veterans. By centralizing this information, the document facilitates easier communication and coordination among various stakeholders in the network, supporting the overarching commitment to enhance veteran healthcare accessibility and service delivery.
    This document outlines a Request for Proposals (RFP) focused on phlebotomy draws for Community-Based Outpatient Clinics (CBOCs) located in Connecticut and Massachusetts. It provides details about each clinic, including the total pricing for phlebotomy services, estimated draws per year, and potential courier services between the clinics and VA hospitals. A structured pricing model appears for both the base service and additional monthly options, but many fields remain unfilled, indicating that specific pricing or additional details need to be provided by vendors. The main goal of this RFP is to procure reliable phlebotomy and courier services to enhance healthcare delivery for veterans. Outlined services are critical for supporting efficient specimen collection, ensuring timely processing. The RFP emphasizes the importance of operational hours and consistent service availability. This procurement document reflects the federal government’s commitment to improving veterans' healthcare access through strategically planned and accountable provider contracts.
    The document outlines the phlebotomy services needed for various VA Clinics across Connecticut and Massachusetts, specifically focusing on draw station logistics and courier services. The specified clinics include Danbury, Stamford, Waterbury, Willimantic, New London, Winsted, Framingham, Plymouth, Hyannis, and Pittsfield in Connecticut, and several other locations in Massachusetts, Maine, New Hampshire, Rhode Island, and Vermont. Each clinic is designated to have its blood samples transported to specific Veterans Affairs (VA) locations, mainly utilizing the VA West Haven and West Roxbury facilities as central draw stations. The document also highlights the required courier services to maintain efficient transport of specimens from clinics to these hospitals, ensuring timely medical care. This request for phlebotomy draws serves to streamline health services for veterans, reflecting the government's commitment to facilitating accessible and coordinated healthcare delivery across multiple states.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach for monitoring the performance of the contractor responsible for Reference Laboratory Services under the VISN 1 contract. The purpose of the QASP is to clarify what aspects will be monitored, the methods of monitoring, the personnel involved, and documentation procedures. The Government, represented by the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), will ensure oversight and fair evaluation of the contractor's performance, maintaining a focus on objective assessment. Key performance standards have been established for various tasks, including timely delivery of written consultative reports, safety and security of specimens, and turnaround times for testing. The Government will employ methods such as periodic inspections and random sampling to evaluate the contractor's adherence to these standards. Incentives related to potential option periods may be provided based on performance outcomes. The document emphasizes the collaborative nature of performance measurement and the need for ongoing documentation and assessment. Overall, the QASP serves as a critical tool for ensuring that laboratory services meet quality and regulatory standards while safeguarding the interests of the U.S. government.
    The Performance Work Statement outlines the requirements for reference laboratory services for the VISN 1 VA New England Healthcare System. Contractors must deliver comprehensive laboratory services, including specimen collection, transportation, and testing across multiple VA facilities. They are responsible for providing necessary personnel, equipment, and IT systems while maintaining compliance with federal regulations. Testing methods must be FDA approved, and results are to be reported electronically with strict guidelines for turnaround times. The document emphasizes the importance of quality assurance, specifying licensing and accreditation requirements for laboratories and their personnel. A key aspect includes maintaining specimen integrity throughout the transportation process, including timely pickups and reporting any issues with specimen quality. The contractor is also obliged to ensure data confidentiality in accordance with HIPAA regulations. Additionally, there are provisions for specimen storage and retention, as well as the implementation of a customer service framework to address inquiries efficiently. Overall, the document ensures that the laboratory services delivered act cohesively within the VISN 1 network, safeguarding patient care quality through rigorous standards and oversight.
    The Present/Past Performance Survey, denoted as Attachment E, is a form utilized in the federal contracting process to assess a contractor's past and current performance. It requires identifying information for both the contractor and the respondent, including the contractor's name, address, and contact details. The survey uses a performance scale ranging from 1 (Unsatisfactory) to 6 (Exceptional) to evaluate the contractor’s compliance with contract requirements, problem-solving initiative, and overall performance. Respondents are asked to provide ratings on various performance aspects, including adherence to schedules and timely resolution of issues. The document also allows remarks on the contractor's strengths and weaknesses and inquires whether the respondent would award another contract to the contractor, prompting an explanation if declined. This survey is essential for ensuring accountability and transparency in government contracts, aiding in informed decision-making for future solicitations and awards. By evaluating contractors based on their performance metrics, the government aims to maintain high-quality service delivery and effective partnerships within federal and state/local contracting frameworks.
    The document details multiple wage determinations under the Service Contract Act (SCA) for various states, predominantly focusing on Connecticut and Massachusetts. It includes the wage determination numbers, revision dates, and service descriptions applicable to contracts under the SCA. Each entry highlights the area-wide wage determinations, with revisions noted primarily as December 23, 2024, and specifies non-SCA service descriptions such as fast food services, hazardous waste cleanup, and various labor-related contracts. The information serves as a resource for contractors and government agencies to ensure compliance with applicable wage laws and facilitate fair labor practices regarding service contracts. This systematic presentation underscores the government's responsibility to uphold wage standards across multiple service sectors, directly relating to government RFPs and grant management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
    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.
    Q301--Indianapolis Reference Laboratory Testing
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Reference Laboratory Testing Services at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This presolicitation notice indicates that an unrestricted open market solicitation is expected to be published around February 26, 2024, with proposals due by March 12, 2025, under an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price contract. These laboratory services are crucial for addressing the health needs of veterans, ensuring they receive timely and accurate medical testing. Interested parties should ensure their registration in the System for Award Management (SAM) is current and includes the relevant NAICS code 621511, and may direct inquiries to Contract Specialist Jessica Bryant at Jessica.Bryant5@va.gov or by phone at 734-845-5295.
    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--FY25 Q3 Micro Molecular Testing (VA-25-00029953)
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the procurement of Micro Molecular Testing supplies for the West Palm Beach VA Hospital, under Solicitation No. 36C24825Q0395. The procurement includes various laboratory items and equipment, such as testing kits and the leasing of laboratory instruments, with a requirement for vendors to be Authorized Distributors and provide proof of their status. This initiative is part of the VA's commitment to enhancing its laboratory capabilities to effectively serve veterans. Interested vendors must submit their quotations via email by March 12, 2025, at 2:00 PM Eastern Time, and are encouraged to stay updated on any changes to the solicitation through the Beta-Sam website. For further inquiries, vendors can contact Contract Officer David Henry at David.Henry3@va.gov or by phone at 561-631-3352.
    6640--Electrophoresis Testing for Albany, Buffalo, and Syracuse VA Medical Centers.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for electrophoresis testing services at the Albany, Buffalo, and Syracuse VA Medical Centers. This procurement aims to fulfill a critical need for laboratory services, specifically for tests such as Serum Protein Electrophoresis (SPEP), Urine Protein Electrophoresis (UPEP), Immuno-Fixation Electrophoresis (IFE), and Cerebral Spinal Fluid (CSF)/Oligoclonal testing, which are essential for supporting veteran healthcare. The contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) arrangement, with an estimated annual requirement of 4,836 tests, and is set to commence on April 1, 2025, lasting until March 31, 2030. Interested vendors must submit their proposals by March 18, 2025, at 4:00 PM Eastern Standard Time, and can direct inquiries to Contracting Officer Jonathan Kilgore at jonathan.kilgore@va.gov or by phone at 973-676-1000.
    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.
    Q301--Unrestricted- Immunohistological Stains Reference Testing for Rocky Mountain Regional VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide immunohistological stain reference testing services for the Rocky Mountain Regional VA Medical Center (RMRVAMC) under solicitation number 36C25925Q0267. The contract will encompass a wide range of laboratory tests, including immunohistochemical assays, genetic profiling, and specialized malignancy testing, all billed on a cost-per-test basis. This initiative aims to enhance the pathology services available to veterans, ensuring they receive comprehensive and specialized testing capabilities. Interested vendors must submit their responses electronically by March 28, 2025, with inquiries directed to Contract Specialist Karly Morris at Karly.Morris@va.gov or by phone at 303-712-5733, with a vendor inquiry deadline of March 14, 2025.
    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.
    6550--VISN 19 Compatible Cepheid Reagents and Consumables
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential suppliers for compatible Cepheid reagents and consumables through a Sources Sought Notice issued by the Network Contracting Office 19. The procurement aims to identify suppliers of molecular diagnostic test kits for various pathogens, including Methicillin-Resistant Staphylococcus aureus, Norovirus, and Covid, to enhance the diagnostic capabilities of the VA's Pathology and Laboratory Services across multiple clinical laboratory locations. This initiative underscores the VA's commitment to improving healthcare for veterans while adhering to federal procurement standards. Interested vendors are encouraged to submit their capabilities, business size status, and compliance details by March 13, 2025, at 9 AM MT, with inquiries directed to Contract Specialist Tania Urenda at tania.urenda@va.gov or by phone at 303-712-5730.