Q515--ON-SITE/OFF-SITE Pathology Services/589A7
ID: 36C25525Q0096_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- PATHOLOGY (Q515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 25, 2025, 11:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide On-Site/Off-Site Pathology Services for the Robert J. Dole VA Medical Center in Wichita, Kansas. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a budget of $41.5 million, covering a base year from July 1, 2025, to June 30, 2026, along with four optional renewal years. These services are critical for delivering timely and accurate pathological evaluations to veterans, ensuring compliance with national health standards and maintaining patient confidentiality. Interested parties should direct inquiries to Michael Carson via email, with proposals due as specified in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 4:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for On-Site/Off-Site Pathology Services at the Robert J. Dole VA Medical Center in Wichita, KS. It describes an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a budget of $41.5 million, covering a Base Year from July 1, 2025, to June 30, 2026, with four optional renewal years. The contractor must provide qualified pathology personnel, including board-certified pathologists, capable of delivering comprehensive pathological evaluations as per national standards. Key responsibilities include both on-site and off-site pathology services, ensuring timely reporting of results, compliance with health regulations, and maintenance of patient confidentiality. The contractor is also required to provide backup services 24/7, adhere to infection control practices, and offer consultation during emergencies. The RFP emphasizes the need for qualified, credentialed personnel who can operate effectively under federal guidelines, ensuring high-quality care for veterans. This procurement aims to enhance medical services provided to eligible beneficiaries and uphold the VA's commitment to quality healthcare delivery.
Jan 21, 2025, 4:05 PM UTC
This document outlines a government Request for Proposal (RFP) related to laboratory testing and pathologist services, detailing vendor information, pricing structures, and estimated costs for a contract. The RFP specifies a base year and four option years, each requiring the vendor to provide a blanket discount percentage and hourly rates for a projected 70 hours of service per year. The total cost across all years sums to $3,375,257.80. Multiple line items related to various laboratory tests are enumerated, although detailed pricing data appears incomplete or marked as "#NAME?". Each year’s cost is subject to established Medicare pricing, and adjustments to rates must be made on the designated workbook page, which also provides references for CPT code pricing. Notably, the RFP emphasizes the responsibilities of providers to offer Board Certified or Board Eligible Pathologist services, including callback provisions. The document serves as an essential framework for governmental entities aiming to procure laboratory and medical services, ensuring compliance with existing regulations and fostering cost-effective partnerships with vendors.
Jan 21, 2025, 4:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) for contract 36C25525Q0096 outlines a structured approach to evaluate contractor performance, detailing monitoring responsibilities, methods, and documentation requirements. The primary objective is to ensure that the contractor meets the terms of the contract while the Government maintains objectivity and fairness in assessments. Key personnel include a Contracting Officer (CO) and a Contracting Officer’s Representative (COR), who oversee performance and maintain quality assurance files. The QASP categorizes performance standards into specific areas, such as the clinical accuracy of physicians and compliance with licensing requirements, with established acceptable quality levels. Various surveillance methods, including direct observation and customer complaints, will be employed to assess performance. Ratings from "Exceptional" to "Unsatisfactory" will classify contractor performance based on these evaluations. Furthermore, any performance deficiencies will be documented and addressed through corrective action plans by the contractor, with communication between the CO and contractor central to the process. This plan serves as a critical tool within federal contracting, ensuring accountability and quality in service delivery.
Jan 21, 2025, 4:05 PM UTC
The document outlines the "Contractor Rules of Behavior" for contractors working with the Department of Veterans Affairs (VA). Its primary purpose is to establish guidelines and security protocols regarding access to and use of VA information systems, data, and resources. Contractors acknowledge that they have no expectation of privacy and consent to oversight, including monitoring and auditing by authorized personnel. Key rules include restrictions on unauthorized access, the requirement to report security incidents, and guidelines for using only approved technology and systems when handling VA sensitive information. Additionally, contractors must ensure compliance with VA directives on information protection, including encryption and anti-virus measures. The document emphasizes personal responsibility and adherence to documented security practices to safeguard federal information systems. Contractors are also informed of the penalties for violations, which may include criminal or administrative actions. It concludes by requiring the contractor’s acknowledgment and acceptance of these rules in order to proceed within the terms of their contract. This agreement reflects the VA's commitment to maintaining information security while allowing contractors to perform their services effectively.
Jan 21, 2025, 4:05 PM UTC
The document outlines the Contractor Conflict of Interest Certification Statement associated with solicitation #36C25525Q0096 for On-site/Off-site Pathology Services for the Robert J. Dole VA Medical Center (VAMC). The statement requires the contractor to declare any current or planned interests, including financial or contractual, that might pose a conflict of interest in relation to the services provided. It explicitly states that no employees involved with the solicitation should have any past or present conflicts. Additionally, the contractor has the option to attach a description of any conflicts if applicable and to explain how they would address or mitigate any potential conflicts. The certification must be completed, signed by a certifying official, and dated, emphasizing the importance of transparency and compliance in federal contracting processes.
Jan 21, 2025, 4:05 PM UTC
The document outlines mandatory contract certification requirements tied to the Immigration and Nationality Act of 1952 for Contractors providing services to the Department of Veterans Affairs (VA). Specifically, Contractors must ensure that they do not employ or subcontract illegal aliens or non-immigrant foreign nationals who violate their legal status in the U.S. Compliance with "E-Verify" requirements is also essential, as mandated by Executive Order 12989 and relevant Federal Acquisition Regulations. Failure to adhere to these stipulations may lead to the exclusion of affected individuals from service-related work for the VA and can serve as grounds for contract termination. Additionally, Contractors are obligated to secure similar certifications from their subcontractors. The document emphasizes serious legal repercussions for any false certifications made under its provisions, as it falls under the jurisdiction of federal agencies. This certification process aims to ensure lawful employment practices within federal contracting, particularly concerning services rendered to veterans, thereby contributing to broader national security objectives.
Jan 21, 2025, 4:05 PM UTC
The document outlines a Request for Quotation (RFQ) for On-Site/Off-Site Pathology Services, specifically RFQ 36C25525Q0096. It requires the offerer to provide three references that have engaged services of this nature within the last 24 months. Each reference must include the organization's name, address, a point of contact with their name, email, phone number, and title, as well as a brief description of the services provided along with the period of performance. This request is part of a larger procurement process, ensuring that potential contractors can demonstrate relevant past performance to qualify for the service contract. The structure emphasizes the importance of accurate and pertinent reference information to assess the bidding entity's experience and reliability in providing pathology services.
This document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor for specific occupations within Kansas counties (Butler, Harvey, Kingman, Sedgwick, Sumner). The primary purpose is to inform federal contractors of minimum wage requirements and fringe benefits for employees working on contracts subject to the SCA. It specifies that contracts started or renewed after January 30, 2022, require a minimum wage of at least $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, necessitate a minimum wage of $12.90 per hour. The document lists various occupations along with their corresponding wage rates, associated benefits, and requirements for paid sick leave under Executive Order 13706. Fringe benefits are mandated at $5.36 per hour, and additional paid vacations and holidays are detailed. The document also discusses the process for requesting wage classification for unlisted occupations, reflecting compliance with federal labor laws. This guidance ensures proper compensation for employees under federal contracts, supporting fair labor practices in contractual agreements.
Jan 21, 2025, 4:05 PM UTC
The Bylaws and Rules of the Medical Staff at the Robert J. Dole VA Medical Center (RJD VAMC) establish the framework for the governance and operational standards of the medical personnel serving the Veterans Health Administration. Key aspects include defining membership eligibility, qualifications for clinical privileges, and the responsibilities of various leadership roles such as the Chief of Staff and the Medical Executive Committee (MEC). The document emphasizes a commitment to providing high-quality patient care through continuous quality improvement, adherence to professional conduct, and conflict resolution mechanisms. Membership is categorized (active, associate, consulting), ensuring non-discriminatory practices in decision-making processes. The appointment and credentialing process are outlined, focusing on maintaining professional standards and ensuring that practitioners meet ongoing performance evaluations. The bylaws also address the operation and structure of medical staff committees tasked with quality oversight, peer reviews, and patient safety, wherein findings are communicated to root committees. This comprehensive set of guidelines underscores the facility's dedication to ethical standards and the delivery of effective healthcare services to veterans, in alignment with federal regulations governing veterans' care.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Q515--575 Anatomic Pathology Services per Statement of Work New 5 Year Blanket Purchase Agreement
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Anatomic Pathology Services through a five-year Blanket Purchase Agreement for the Western Colorado Health Care System (WCHCS), covering the period from October 1, 2025, to September 30, 2026, with four additional option years. The selected contractor will be responsible for providing comprehensive pathology services, including specimen processing, analysis, and transportation, while adhering to established industry standards and ensuring rapid turnaround times for various specimen types. This initiative is crucial for delivering efficient and high-quality pathology services to veterans, emphasizing compliance and timely reporting. Interested parties should contact Contracting Officer Lindsey Zwaagstra at Lindsey.Zwaagstra@va.gov or 303-712-5733 for further details, with the RFQ expected to be posted around May 1, 2025.
C1DA--589A7-25-502, Prepare Site for Digital Radiology Rooms
Buyer not available
The Department of Veterans Affairs is seeking qualified architectural and engineering firms to provide services for the renovation of approximately 1,500 square feet at the Robert J. Dole Veterans Affairs Medical Center in Wichita, Kansas, specifically to prepare a site for digital radiology rooms. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) located within a 1,000-mile radius of the medical center, emphasizing the importance of local engagement in enhancing veteran services. The selected firm will be responsible for ensuring compliance with VA standards, conducting necessary hazardous materials assessments, and coordinating construction activities to minimize disruption to ongoing medical operations, with a project budget estimated between $500,000 and $1 million. Interested firms must submit their qualifications via the SF330 form by April 24, 2025, and can contact Contract Specialist Jennifer Hill at jennifer.hill@va.gov or 913-946-1975 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 proposals for immunohistological stains reference testing services for the Rocky Mountain Regional VA Medical Center. The contractor will be responsible for providing comprehensive laboratory testing services, including in-house testing for malignancies, while adhering to strict turnaround times and maintaining compliance with CLIA and CAP standards. This procurement is crucial for ensuring high-quality healthcare services for veterans, with an estimated contract value of $41.5 million over a five-year period, from July 1, 2025, to June 30, 2030. Interested offerors must submit their proposals electronically by April 18, 2025, and can contact Contract Specialist Karly L Morris at Karly.Morris@va.gov for further information.
Q504--NEW | Dermatopathology Consultative Services | 5-Year Blanket Purchase Agreement
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Dermatopathology Consultative Services under a 5-Year Blanket Purchase Agreement for the VA Salt Lake City Health Care System. The selected contractor will be responsible for evaluating stained and unstained dermatopathology slides sent by the Pathology & Laboratory Medicine Service, particularly for cases requiring expert consultations on potential pathologies such as cancer. This procurement is critical for enhancing patient care within the VA healthcare system, with services expected to commence on June 1, 2025, and continue through May 31, 2030. Interested parties should prepare for the solicitation, anticipated to be posted on April 11, 2025, and may contact Contract Specialist Phoebe Farmer at Phoebe.Farmer@va.gov or by phone at 405-456-3021 for further information.
Q522--RADIATION SAFETY SUPPORT
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Radiation Safety Training and Support Services for the Robert J. Dole VA Medical Center in Wichita, Kansas. The primary objective is to identify a certified Radiation Safety Officer (RSO) who will ensure compliance with Nuclear Regulatory Commission (NRC) regulations and VA directives concerning the management of radioactive materials. This role is critical for maintaining safety standards and regulatory compliance within the facility's radiation safety program. Interested firms must submit their capability statements and relevant company information by April 23, 2025, with the contract period set to commence on June 1, 2025, and extend through May 30, 2026, including options for two additional years. For inquiries, contact Betty Flores at veronica.flores@va.gov or call 913-946-1167.
Q523--595-25-4-103-0006 I Vascular Surgeon On Call Services (VA-25-00028900) Total Small Business Set-aside | 5-Year IDIQ Contract: 09/28/2025 - 09/27/2030
Buyer not available
The Department of Veterans Affairs is seeking qualified small businesses to provide on-call vascular surgeon services under a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, valued at approximately $16 million. The contract aims to ensure timely medical response for veterans by securing after-hours and weekend coverage at the Lebanon VA Medical Center, with specific requirements for in-person availability within 60 minutes and adherence to VA standards and federal regulations. This initiative underscores the VA's commitment to enhancing healthcare services for veterans while maintaining high-quality care and compliance with security and privacy policies. Interested parties should contact Contracting Officer David M Santiago at david.santiago2@va.gov, with the contract period running from September 28, 2025, to September 27, 2030.
Triennial Electrical Testing and Maintenance
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Triennial Electrical Testing and Maintenance contract at the Robert J. Dole VA Medical Center in Wichita, Kansas. This procurement involves comprehensive electrical testing and maintenance services for various equipment and systems, which must be conducted under the supervision of a Registered Professional Engineer and by certified technicians with significant experience. The importance of this contract lies in ensuring the reliability and safety of electrical components, adhering to strict industry standards such as NFPA and ANSI. Interested small businesses should note that the bidding process is set for May 2, 2025, and can contact Hubert W. Scipio at hubert.scipio@va.gov or 913-946-1957 for further details.
36C25525Q0011 V225--Ambulance, KC
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide non-emergency ambulance transportation services for the Kansas City VA Medical Center and its associated clinics. The procurement requires the contractor to supply all necessary vehicles, personnel, and equipment to deliver Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) services, available 24/7, including weekends and holidays. This initiative is crucial for ensuring timely and efficient medical transport for veterans, reflecting the government's commitment to high-quality healthcare services. Interested parties can contact Contracting Officer Janie Juszczak at janie.juszczak@va.gov or (913) 946-1966 for further details, with an estimated contract value of $22.5 million over five ordering periods.
X1DB--Radiation Therapy VA Clinic at Kansas City Lease 36C25525R0016
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a Radiation Therapy Clinic in Overland Park, Kansas, under Solicitation No. 36C25525R0016. The procurement aims to secure a facility that meets specific architectural and operational criteria, providing between approximately 15,786 and 17,759 usable square feet, with a focus on modern construction standards, accessibility, and stringent security measures. This clinic will play a crucial role in delivering essential healthcare services to veterans, emphasizing the importance of compliance with federal regulations and safety standards throughout the leasing process. Interested small businesses must submit their proposals by May 30, 2025, and can contact Contracting Officer Jan Carlson at jan.carlson@va.gov or 913-946-1136 for further details.
Y1DA--589A5-25-126, INSTALL SPS PIPING (VA-25-00048332)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the installation of SPS piping at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. The project involves replacing existing hot and cold-water lines for ultrasonic cleaning equipment, with an estimated contract value of less than $25,000 and a performance period of 30 days post-award. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with safety standards. Interested contractors must attend a mandatory site visit on April 15, 2025, and submit their proposals by May 6, 2025. For further inquiries, potential bidders can contact Tim Fitzgerald at timothy.fitzgerald@va.gov or by phone at 913-946-1145.