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 seeking contractors to provide primary reference laboratory testing services, including phlebotomy and courier services, for all VISN 1 sites, primarily located in New England. The objective is to enhance healthcare delivery for veterans by ensuring timely and accurate laboratory testing, which is critical for effective patient management and treatment. This opportunity is part of a broader initiative to improve healthcare services within the Veterans Health Administration, with a focus on compliance with federal regulations and quality assurance standards. Interested parties must submit their responses by May 9, 2025, at 4:00 PM EST, to Cynthia Thompson at cynthia.thompson2@va.gov, and are encouraged to review the detailed requirements outlined in the Performance Work Statement and associated documents.

    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.
    Amendment 2 to Sources Sought Notice 36C24124Q0194 pertains to the VISN 1 Primary Reference Laboratory Testing under the Department of Veterans Affairs. The purpose of this amendment is to conduct further market research utilizing a revised Performance Work Statement (PWS). The solicitation number is 36C24124Q0194, and responses are due by May 9, 2025, at 4:00 PM Eastern Time. The point of contact for this request is Cynthia Thompson, accessible via email at cynthia.thompson2@va.gov. The primary location for performance is the New England Consolidated Labs in Manchester, NH. This document serves to update interested parties regarding the procurement process and invites them to participate in the market research initiative, ensuring that the requirements are well-understood and met by potential vendors. The amendment underscores the VA's commitment to enhancing laboratory services for veterans by exploring available resources and capabilities in the market.
    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 outlines a Performance Work Statement for comprehensive reference laboratory services requested by the VISN 1 VA New England Healthcare System. The contractor is tasked with delivering a full suite of laboratory services, including specimen collection, transportation, analytical testing, reporting results, and consultative services. Compliance with all federal, state, and local regulations is mandated, alongside the maintenance of proper licensing and accreditation. Key requirements include the transportation of clinical specimens, the use of advanced Laboratory Information Systems (LIS), and the necessity for timely reporting of test results. The contractor must ensure uniformity in test methodologies across all referenced sites to maintain continuity in patient care. An electronic interface with VA's existing systems is required for seamless data exchange. Additionally, the contractor must provide ongoing customer service and compliance with quality assurance standards, as well as educational resources and consistent communication on laboratory updates. The document emphasizes proper handling and security of patient specimens, detailing specific requirements for courier services related to hazardous materials. This statement aligns with federal mandates for laboratory testing services and underscores the importance of accurate, timely medical testing to support veteran healthcare.
    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.
    The document provides an extensive list of medical tests and assays, primarily focusing on diagnostics and laboratory services relevant for various health conditions. It includes a wide range of test names corresponding to proteins, hormones, antibodies, and metabolic panels, showcasing the diversity in healthcare diagnostics. The list illustrates the importance of accurate testing methods for disease identification, treatment monitoring, and patient management. Additionally, there are indications of the need for vendors to supply equivalent tests or services based on current offerings highlighted in blue, suggesting that the document ties into federal or state contracting processes for medical services. This implies a regulatory framework surrounding health assessments as part of government RFPs and grants, emphasizing the commitment to providing high-quality healthcare solutions. The information reflects a systematic approach to laboratory services, underscores rigorous standards, and signifies a proactive measure towards fulfilling healthcare requirements in the public 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.
    The VISN 1 document outlines information for various Veterans Affairs (VA) facilities, including their addresses, contact details, operational hours, and staff roles. It serves as a directory for the laboratory and management teams across multiple sites in New England, including White River Junction, Providence, Manchester, and Bedford, among others. The document provides specific contact information for individuals in key positions, detailing their titles and emails, which can be crucial for coordination within the VA system. It emphasizes the facilities' extended hours of operation, especially for labs, indicating some locations operate 24/7. The information is structured for easy reference, highlighting essential contacts for critical values and specimen issues, indicating the department's focus on effective laboratory operations and patient care. This document is vital for ensuring seamless communication and management across VA healthcare services, aiding in the administration of federal grants and RFPs related to veterans' healthcare services. By providing detailed contact and operational information, it facilitates the organization and efficiency required for responsive healthcare 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 document outlines a Request for Proposal (RFP) focused on providing phlebotomy draw services at various Community-Based Outpatient Clinics (CBOCs) primarily located in Connecticut and Massachusetts. It details the specific locations, including clinics in Danbury, Stamford, and Waterbury, among others. The RFP includes pricing structures for phlebotomy draws, outlining a six-month base plan and options for subsequent months. Key components emphasize the required days and hours for specimen collection, estimated draws per year, and pricing for courier services linking draw locations to VA hospitals in West Haven and West Roxbury. Additionally, potential vendors are prompted to indicate if they can support extra draw stations and must fill in specific price sections for various options. The purpose of this RFP is to ensure the provision of reliable phlebotomy services to veterans, thereby enhancing their access to necessary medical services. The document highlights the government's effort to ensure consistent and efficient health service delivery through structured contracts and pricing.
    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 Quality Assurance Surveillance Plan (QASP) establishes a framework for monitoring the performance of the VISN1 Primary Reference Laboratory Testing Services contract. It outlines what will be monitored (service delivery), how monitoring will occur (through inspections and random sampling), and the responsibilities of government personnel including the Contracting Officer (CO) and the Contracting Officer’s Representative (COR). The document emphasizes the contractor's role in maintaining quality and compliance, while the government ensures objective evaluation. Key performance standards include timeliness of report delivery, accuracy in specimen identification, and licensing requirements, all measured against Acceptable Quality Levels (AQL). Incentives for the contractor's performance are tied to the potential exercise of contract option periods. Various surveillance methods, including periodic inspection and contractor self-reporting, will help assess if the contractor meets, exceeds, or fails to achieve the specified standards. The QASP is a dynamic document, subject to regular review and revision in coordination with the contractor, ensuring ongoing quality management throughout the contract duration. It aims to uphold the standards necessary for effective laboratory services essential to the healthcare needs of veterans.
    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.
    The document presents multiple Wage Determination (WD) numbers under the Service Contract Act for various states, primarily Connecticut and Massachusetts. Each WD delineates wage rates for service contracts, indicating the service categories and revising dates, with the last revision date consistently noted as December 23, 2024. The WDs are structured to provide wage determinations that contractors must consider when submitting proposals for government contracts, ensuring compliance with federal labor standards. Notably, the file includes service descriptions classified as "Non-SCA," denoting specific services not covered by the Service Contract Act but still relevant to federal contracting. The document’s organization by state and wage determination numbers facilitates easy reference for contractors and government agencies involved in RFPs and grants, emphasizing its significance in maintaining labor standards in government procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    To Correct Description
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking responses to a Special Notice regarding a procurement opportunity related to medical laboratory testing services. Respondents are required to complete specific columns in the attached test list, particularly Columns D and E, which pertain to in-house testing capabilities and third-party courier services. This opportunity is crucial for ensuring the efficient provision of medical laboratory services, which play a vital role in supporting the healthcare needs of veterans. Interested parties should reach out to Eric A. Lingenfelter at Eric.Lingenfelter@va.gov or call 360-852-9891 for further details and to obtain the necessary documents for submission.
    To Correct Description
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking responses to a Special Notice regarding a procurement opportunity related to medical laboratory testing services. Respondents are required to complete specific columns in the attached test list, particularly Columns D and E, which pertain to in-house testing capabilities and third-party courier services. This opportunity is crucial for ensuring the availability and accuracy of medical laboratory tests, which play a vital role in patient care and treatment decisions. Interested parties should reach out to Eric A. Lingenfelter at Eric.Lingenfelter@va.gov or call 360-852-9891 for further details and to obtain the necessary documents for submission.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Veterans Affairs, Department Of
    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.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation documents.
    EMERGENT REFERENCE LAB TESTING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide emergent reference laboratory testing services for the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement aims to secure laboratory testing for urgent/emergent patient specimens that cannot be performed in-house, including tests such as Mycobacteria Stains, Microbiology Specimens, and Therapeutic Drugs, with a required turnaround time of 24 hours or less for STAT testing. This service is critical for ensuring timely patient care and addressing urgent medical needs. Interested vendors must possess a current CMS CLIA Certificate for High Complexity Testing and a Laboratory Accrediting Agency Certificate, with responses due by November 19, 2025, at 4:00 PM CST. For further inquiries, vendors can contact Monica Reed at monica.reed@va.gov or by phone at 334-450-5679.
    Q301 Reference Laboratory Services for Boise VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide reference laboratory services for the Boise VA Medical Center. The procurement aims to correct previously stated language in the Special Notice regarding the submission of a draft Statement of Work (SOW) and a required test list, specifically focusing on the completion of Columns D and E in the attached test list, now correctly identified as Table B Required Reference Test Menu. These laboratory services are crucial for ensuring accurate medical testing and diagnostics for veterans, thereby supporting their healthcare needs. Interested parties should contact Eric A. Lingenfelter at Eric.Lingenfelter@va.gov or call 360-852-9891 for further details.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    Q301--Actionable-554 (LAB) | NEW - Prostate Testing, Urine, Non Invasive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is conducting a Sources Sought Notice to identify potential suppliers for Non-Invasive Prostate Testing Kits to support the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a urine-based molecular liquid biopsy test that differentiates between high and low risk of aggressive prostate cancer without using PSA levels or requiring a digital rectal exam (DRE). This testing is crucial for improving patient outcomes by providing accurate risk assessments for prostate cancer, thereby guiding the need for biopsies. Interested vendors must submit their capabilities, including company details and compliance with Federal Acquisition Regulation (FAR) requirements, by December 16, 2025, at 8:00 AM Eastern Time, to Alejandra Sierra at Alejandra.Sierra@va.gov.
    RFI for Blood Bank Validation Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide Blood Bank Validation Services as part of its Electronic Health Record Modernization Integration Office (EHRM-IO) initiative. The primary objective is to validate the Oracle Health Millennium EHR system for 129 blood bank sites across 170 Medical Centers, ensuring compliance with regulatory and accreditation requirements from organizations such as the FDA and AABB. These validation services are critical for ensuring patient and blood product safety, with project management and execution expected to begin by August 1, 2026, and to be completed one month prior to each of the 28 scheduled go-live events between January 2027 and November 2031. Interested parties should submit their capability statements and any questions regarding the Draft Performance Work Statement (PWS) to Steven Baum at steven.baum@va.gov and Wendella Baptiste at wendella.baptiste@va.gov by 5 PM ET on December 18, 2025.
    6505--Whole Blood & blood products for ViSN 8 facilities
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of whole blood and related blood products for facilities within the Veterans Integrated Service Network (VISN) 8 in Florida. The contract encompasses a base period with four option periods, requiring the daily supply of whole blood components, specialized services such as consultation and apheresis, and 24/7 reference laboratory testing. These products and services are critical for supporting the healthcare needs of veterans, ensuring compliance with stringent FDA and AABB standards for quality and safety. Interested offerors should contact Contracting Officer Kurt J. Kramer at Kurt.Kramer@va.gov, with a guaranteed minimum contract value of $1,000 and a maximum of $49,000,000, and proposals must be submitted by the specified deadline outlined in the solicitation document.