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 for veterans' healthcare facilities across New England. The contract encompasses a comprehensive range of services, including specimen collection, transportation, analytical testing, and timely reporting of results, all in compliance with federal and state regulations. This initiative is crucial for ensuring efficient healthcare delivery to veterans, facilitating access to necessary diagnostic services. Interested contractors should note that the contract period is from April 1, 2025, to September 30, 2025, with options for extension, and are encouraged to contact Cynthia Thompson at Cynthia.Thompson2@va.gov or Sheryl Anthony at Sheryl.anthony@va.gov for further details.

    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 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 Reference Laboratory Testing for Spokane VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide reference laboratory testing services for the Spokane VA Medical Center. The procurement aims to secure comprehensive laboratory services, including preanalytic processing, analysis, reporting, and interpretation of clinical results, adhering to federal, state, and local regulations. This initiative is crucial for enhancing healthcare delivery to veterans, ensuring timely and accurate testing while maintaining compliance with standards such as CLIA and those from the College of American Pathologists. Interested parties must respond by February 14, 2025, with their qualifications and relevant documentation, as the contract is expected to span from May 1, 2025, to April 30, 2030. For further inquiries, contact Eric Lingenfelter at eric.lingenfelter@va.gov or call 360-852-9891.
    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--Amendment to Post Technical Q's and Extend Closing Date - NTX Reference Lab Testing
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for laboratory testing services at the VA North Texas Health Care System in Dallas, Texas. The procurement aims to secure a contractor capable of providing a wide range of laboratory tests with established turnaround times, ensuring compliance with quality standards and federal regulations, including HIPAA. This initiative is critical for delivering reliable healthcare resources to veterans, with an estimated contract value of $41.4 million over five years, commencing on May 15, 2025. Interested vendors must submit their proposals by February 13, 2025, at 3:00 PM CST, and can direct inquiries to Senior Contract Specialist Jose Campa at Jose.Campa@va.gov or (210) 694-6311.
    Reference Laboratory Testing for Spokane VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide reference laboratory testing services for the Spokane VA Medical Center. The procurement aims to identify contractors capable of fulfilling laboratory service requirements over a potential five-year contract period, which includes a one-year base period and four additional one-year options. These services are crucial for ensuring the timely and accurate analysis of clinical results, thereby supporting the healthcare needs of veterans in the Spokane area. Interested parties must respond to the Sources Sought Notice by February 14, 2025, at 17:00 Pacific Time, and can direct inquiries to Contract Specialist Eric Lingenfelter at ERIC.LINGENFELTER@VA.GOV or by phone at 360-852-9891.
    6630--V16 Lab Chemistry and Immunochemistry CPRR BPA (VA-25-00010416)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Quotation (RFQ) for a Blanket Purchase Agreement (BPA) focused on Chemistry and Immunochemistry instrumentation and testing for the South Central VA Health Care Network (VISN 16). This procurement aims to standardize automated equipment across 8 medical center and 20 outpatient laboratories, ensuring compliance with the 1988 Clinical Laboratory Improvement Act and FDA approval for all reagents, while also providing operator training and 24/7 repair services. The initiative underscores the VA's commitment to enhancing laboratory capabilities through modern technology, with site visits permitted until February 28, 2025, allowing vendors to assess laboratory conditions and align their offerings with specific site requirements. Interested contractors can contact Diyonne Williams, the Contracting Officer, at Diyonne.Williams@va.gov for further information.
    6640--VA Phoenix Chemistry/IA CPT IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Chemistry and Immunochemistry testing services at the VA Phoenix Health Care System in Arizona. The procurement aims to establish a comprehensive Cost Per Test (CPT) system that includes reagents, testing equipment, service maintenance, and associated supplies, with a minimum obligation of $1,000 and a maximum ceiling of $10 million over a five-year period. This initiative is crucial for enhancing laboratory capabilities and ensuring efficient healthcare delivery to veterans, with proposals due by February 21, 2025, at 1:00 PM Pacific Time. Interested vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314 for further information.
    6630--4/1/25, CPRR Roseburg Chemistry Lab Services Base 4 POP: 04/01/2025-3/31/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the acquisition of chemistry and immunochemistry laboratory services, specifically for the Roseburg VA Medical Center and Eugene HealthCare Center in Oregon. The procurement involves the provision of four identical analyzers, along with all necessary equipment, reagents, controls, and maintenance services to ensure efficient laboratory operations over a contract period from April 1, 2025, to March 31, 2030. This initiative is crucial for enhancing healthcare services for veterans, ensuring that medical facilities are equipped with state-of-the-art technology that meets FDA standards and supports high-quality patient care. Interested vendors should direct inquiries to Hector Gonzalez at hector.gonzalez1@va.gov, with a total contract value of $41.5 million and a proposal submission deadline extended to February 21, 2025.
    6550--MRSA Molecular Microbiology
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking qualified vendors for MRSA Molecular Microbiology services under a Sources Sought Notice. The procurement aims to enhance clinical laboratory capabilities across various VA facilities, requiring advanced analyzers that comply with CLIA and CLSI standards, along with a continuous supply of high-quality reagents for testing infectious agents and cancer markers. This initiative is crucial for improving healthcare delivery to veterans, ensuring that the VA can meet rising medical testing demands effectively. Interested parties must submit their capabilities and relevant information by February 12, 2025, to Carlos Magana at carlos.magana@va.gov, with the solicitation number 36C26225Q0407 guiding the process.
    Q515--Western Colorado Health Care System Anatomic Pathology Services Base Plus Four Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Anatomic Pathology Services for the Western Colorado Health Care System (WCHCS) at the Grand Junction VA Medical Center. The procurement encompasses a base year from October 1, 2025, to September 30, 2026, with four optional renewal years, requiring comprehensive services such as surgical specimen processing, cytological analysis, and autopsy services, all performed by a licensed consulting pathologist. This initiative aims to enhance pathology services for veterans, ensuring timely reporting of test results, adherence to quality control standards, and compliance with hazardous materials regulations. Interested parties must submit their capabilities and relevant business information to Contracting Officer Lindsey Zwaagstra at Lindsey.Zwaagstra@va.gov by 4:00 PM Mountain Time on February 14, 2024.
    7H20--NEW - Remote Automated Laboratory Systems (RALS)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Abbott Laboratories for the provision of Remote Automated Laboratory Systems (RALS) software technology services at the Texas Valley Coastal Bend Health Care System (VATVCBHCS). The primary objective of this procurement is to enhance laboratory connectivity and management by integrating multiple devices into a single data management system, which will facilitate seamless patient result reporting, quality control monitoring, and operational troubleshooting. This initiative underscores the VA's commitment to improving healthcare efficiency and compliance within its facilities, ensuring that the RALS software remains compatible with existing devices and the VA’s electronic patient record system. Interested parties may submit capability statements by February 6, 2025, to the Senior Contract Specialist, Jose Campa, at Jose.Campa@va.gov, with the anticipated contract award date around April 17, 2025, for a duration of one year with options for renewal.