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
    J065--RSO Medical Physics Services KC Base YR 2/6/2026-2/5/2027 36C255-26-AP-0592
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking proposals for RSO Medical Physics Services at the Kansas City VA Medical Center and its Community-Based Outpatient Clinics. The procurement includes a range of services such as quarterly nuclear medicine audits, performance testing, equipment inspections, and emergency Radiation Safety Officer (RSO) coverage, requiring a board-certified or board-eligible Medical or Health Physicist. This contract, valued at approximately $19 million, is a total small business set-aside and covers a base year with four one-year options. Interested parties must submit their proposals by December 23, 2025, at 10:00 AM CST, and for further inquiries, they can contact Contract Specialist Paul Dixon at paul.dixon@va.gov.
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    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.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    6640--FY26| Thyroid Cancer Molecular Test| Orlando VA & San Juan New Requirement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Thyroid Cancer Molecular Tests for the Orlando VA Healthcare System and Caribbean VA Healthcare System through a Firm-Fixed Price (FFP) contract. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with the NAICS code 621511 and a small business size standard of $41.5 million. The solicitation is expected to be posted on sam.gov around December 15, 2025, with a response deadline of December 29, 2025, at 4:00 PM Eastern Time. Interested offerors must be registered in the System for Award Management (SAM) to be eligible for award, and for further inquiries, they can contact Yolanda Glover at yolanda.glover@va.gov or by phone at 352-381-5712.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    W065--SURGERY LASER SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking qualified businesses to provide Surgical Laser Services at the Kansas City VA Medical Center. The procurement aims to secure comprehensive surgical laser support, including the provision of various laser equipment, accessories, and qualified technician services on an as-needed basis over a five-year ordering period. Surgical lasers are critical for precision ablation in complex surgical procedures, and the required equipment includes systems such as the Lumenis Pulse 120H Holmium Laser and several CO₂ laser systems, among others. Interested firms must respond in writing with their capabilities and are required to be registered in SAM.gov, comply with the Buy American statute, and provide an authorized service provider letter from the OEM. For further inquiries, contact Betty Flores at veronica.flores@va.gov or call 913-946-1167.
    Y1DA--589-707 Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction - Wichita
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has announced the cancellation of Invitation for Bid (IFB) 36C77625B0034 for the project titled "Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction" at the Wichita VA Medical Center. This decision was made due to budget funding constraints, as the lowest responsive bid exceeded the statutory minor construction limit, which prevented an award from being made. The VHA Procurement Contracting Activity Central (PCAC) will not oversee any future re-procurement of this project; instead, the procurement strategy will be determined by VHA PCAC in conjunction with VISN 15. For further inquiries, interested parties may contact Contract Specialist Samuel Cornwell at Samuel.Cornwell@va.gov or by phone at 216-447-8321.
    Q505--Gastroenterology Physician Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Gastroenterology Physician Services for the Central Iowa VA Health Care System located in Des Moines, Iowa. This procurement is a total small business set-aside under NAICS code 621111, requiring Board-Certified Gastroenterologists to provide on-site services from February 1, 2026, to December 31, 2026, with four one-year option periods. The services are critical for delivering specialized medical care to veterans, ensuring adherence to national medical standards and quality patient care. Interested parties must submit their quotations by December 5, 2025, at 10:00 AM Central Time, and can direct inquiries to Contracting Officer Angela Stewart at angela.stewart438@va.gov or by phone at 605-336-3230 x7804.