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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    C1DA--589A7-25-503 Prepare Site for Cath Lab Equipment
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering firms to prepare a site for catheterization laboratory equipment at the Wichita Veterans Affairs Medical Center in Kansas. The project involves renovating 1,500 square feet to accommodate the installation, with a total construction budget estimated between $500,000 and $1,000,000, and an anticipated completion timeframe of 209 calendar days following contract award. This opportunity is particularly significant as it aims to ensure uninterrupted healthcare services during renovations while adhering to VA guidelines and addressing hazardous materials abatement. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their qualifications using Standard Form 330 by April 1, 2025, and can contact Contract Specialist Jennifer Hill at jennifer.hill@va.gov or 913-946-1975 for further details.
    V231--WI VAMC | VETERAN LODGING PROGRAM | (VA-25-00049924)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Veteran Lodging Program near the Robert J. Dole VA Medical Center in Wichita, Kansas. The objective is to provide fully furnished hotel accommodations for veterans receiving medical care, which includes essential services such as shuttle transportation and breakfast. This initiative is crucial for ensuring veterans have access to comfortable lodging during their treatment, emphasizing the need for direct hotel operations rather than mere booking services. Interested contractors must submit their responses by March 14, 2025, and are encouraged to complete the Contractor Information Form to demonstrate their capabilities and qualifications. For further inquiries, contact Greg McMillan Sr., Contract Specialist, at Gregory.McMillan@va.gov or call 913-758-9919.
    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.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for maintenance and repair services for the Copan Diagnostics WASP system at the VA St. Louis Healthcare System. The contract, valued at approximately $34 million, is a firm-fixed-price agreement that spans five years, from May 1, 2025, to April 30, 2030, and includes provisions for annual renewals. This service is critical for ensuring the reliability of medical equipment, which is essential for patient care, and requires contractors to provide comprehensive maintenance, including preventative services, 24/7 support, and emergency repairs, all in compliance with VA standards. Interested vendors must submit their proposals by March 14, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    Special Mode Transportation for VA EKHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for special mode transportation services for beneficiaries of the Eastern Kansas Healthcare System, specifically in Leavenworth and Topeka, Kansas. The contract encompasses a range of transportation options, including ambulatory non-emergent hired car services, wheelchair vans, and litter transportation, aimed at enhancing the delivery of essential services to veterans. This procurement is particularly significant as it is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated total award amount of $19 million over a five-year period, allowing for individual task orders of up to twelve months each. Interested parties must submit their proposals by March 18, 2025, and direct any inquiries to the primary contact, Stephen Parrott, at stephen.parrott@va.gov.
    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.
    J065--SURGICAL INSTRUMENT MAINTENANCE BASE 4 OPTION PERIODS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide surgical instrument maintenance and repair services at the Kansas City VA Medical Center. The procurement includes a base year contract with four option periods, requiring weekly maintenance, preventive maintenance, repair, testing, and inspection of surgical instruments utilized in various medical specialties such as anesthesiology and orthopedics. This initiative is crucial for ensuring high-quality surgical care at the facility through effective instrument maintenance, with contractors expected to adhere to strict operational and safety guidelines as outlined in the Performance Work Statement (PWS). Interested parties can contact Contracting Officer Betty Flores at veronica.flores@va.gov or by phone at 913-946-1167 for further details.
    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.
    6640--CHEMISTRYSUPPLIES REAGENTS SERVICE MIDDLEWARE INSTRUMENTS NEW BASE CONTRACT-BOISE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new base contract to supply automated chemistry immunochemistry instruments and related services for the Boise VA Medical Center. The procurement includes the provision of necessary reagents, consumables, maintenance, and training, with a focus on ensuring reliable performance and integration with existing laboratory systems. This contract, valued at approximately $41.5 million, spans five years starting from May 2025, with options for four additional years. Interested vendors should contact Hector Gonzalez at hector.gonzalez1@va.gov for further details and to ensure compliance with the solicitation requirements.
    Q301--POP: 4/1/2025 - 3/31/2030 | Base 4 | Reference Laboratory Services | VA Roseburg Health Care System CS; Eric Lingenfelter
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for reference laboratory testing services at the VA Roseburg Health Care System, with a performance period spanning from April 1, 2025, to March 31, 2030. This procurement aims to ensure the provision of high-quality laboratory services essential for the healthcare of veterans, reflecting the government's commitment to their well-being. The presolicitation notice indicates that responses are due by March 7, 2025, at 5:00 PM Pacific Time, and interested parties should contact Contracting Specialist Eric Lingenfelter at Eric.Lingenfelter@va.gov or by phone at 360-852-9861 for further information.