Phlebotomy at Sonora VA Clinic
ID: 36C26125Q0372Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFUS

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Department of Veterans Affairs is issuing a Special Notice for a sole-source contract to provide phlebotomy services at the Sonora VA Clinic in California. The contract, intended for DeployAHP LLC, will cover temporary staffing needs from April 1, 2025, to September 30, 2025, due to the lack of other responsible sources capable of fulfilling the agency's requirements. This initiative is crucial for delivering essential medical services to veterans while allowing the VA Northern California Health Care System to plan for long-term staffing solutions. Interested parties can reach out to Contract Specialist Emily Trinh at emily.trinh@va.gov, with the anticipated contract award date set for March 31, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding a sole-source contract for phlebotomy services at the Sonora VA Clinic. The VA plans to contract DeployAHP LLC for temporary phlebotomist staffing from April 1, 2025, to September 30, 2025. This action, governed by FAR 6.302-1, is necessary due to the absence of other responsible sources that can fulfill the agency's needs. The contract aims to provide essential services to veterans while allowing time for long-term staffing planning for the VA Northern California Health Care System's southern region. The anticipated date for the contract award is March 31, 2025. Interested parties can direct inquiries to Contract Specialist Emily Trinh via email at Emily.Trinh@va.gov. This notice aligns with procurement practices that prioritize effective and timely service delivery to veterans while ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Reference Lab Testing Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide reference laboratory testing services at the Sacramento VA Medical Center, with a focus on genetic testing for neurologic disorders such as Alzheimer's disease. The procurement requires the contractor to deliver specimen collection, testing, and reporting services in compliance with federal regulations, ensuring timely results and maintaining sample integrity, with routine test results expected within 24 hours. This contract, valued at approximately $41.5 million, includes a base performance period starting April 1, 2025, with four optional years, and emphasizes the importance of high-quality laboratory services in diagnosing complex medical conditions. Interested parties can contact LaDonna Collins at ladonna.collins@va.gov for further information.
    Q517--Staffing Service Tucson
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP), specifically for pharmacists, pharmacy technicians, and shipper/packer roles. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to ensure the efficient processing of over 15 million prescriptions annually, with a minimum staffing requirement of 70 full-time equivalents (FTE) and a target of maintaining at least 97% staffing levels. This procurement is critical for delivering quality healthcare services to veterans, reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by the newly established deadline of July 23, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at Christy.Pendlay@va.gov.
    6550--Lab Testing Services - (HIV/HCV/HPV/On)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
    DA10--Brand Name or Equal requirement for Vaultara Licensing and Support for Veterans Integrated Service Network 20
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Vaultara licensing and support services through solicitation number 36C26025Q0314, specifically for Veterans Integrated Service Network (VISN) 20. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance the VA's technological capabilities by acquiring software licenses, ongoing maintenance, troubleshooting support, and user training for Vaultara's cloud-based imaging and medical data sharing applications. The contract period is for one year, from September 30, 2025, to September 29, 2026, with a total award amount of $47 million. Interested vendors must submit their offers via email to Contracting Officer Jennifer Robles by 3 PM Mountain Time on March 26, 2025, ensuring compliance with federal regulations and VA invoicing procedures.
    Alinity mp Pre-Analytical System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide the Alinity mp Pre-Analytical System for the VA Northern California Healthcare System (VANCHCS) located in Mather, California. This procurement aims to enhance the efficiency of testing for sexually transmitted infections (STIs) and HPV by automating the aliquoting of liquid-based cytology samples, thereby addressing critical staffing shortages and reducing sample handling errors. The initiative is particularly important given the high prevalence of HPV-related conditions among the veteran population, and the selected system must be compatible with existing infrastructure while adhering to space limitations. Interested parties are required to submit a statement of capability, along with relevant documentation, by 1:00 PM on March 20, 2025, to Jason S. Olliff at jason.olliff@va.gov. Responses should include business size, socio-economic status, and proof of authorized distribution, as well as any pertinent past performance information.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.
    NOI -Sterile Processing Services
    Buyer not available
    The Department of Veterans Affairs intends to solicit and negotiate a Sole Source, Firm-Fixed-Price Base Year Contract for Sterile Processing Services with Sustainment Technologies, LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement specifically involves Steris sterile processing equipment and software support, which is critical for maintaining the operational integrity of medical facilities. The contract is limited to a single source due to the proprietary nature of the services and repairs, as outlined in FAR 6.302-5 and VAAR 819.7008, with an anticipated award date of March 31, 2025. Interested parties may contact Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903 for further information, noting that this notice is not a request for competitive proposals.
    Non-Emergent Ground Ambulance Services (VA Loma Linda)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide non-emergent ground ambulance services for the VA Loma Linda facility in California. The procurement aims to establish a fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract, with an estimated maximum value of approximately $21.5 million, covering services such as Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT). These services are crucial for ensuring timely and effective medical transportation for veterans, emphasizing compliance with federal regulations and quality service delivery. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Michael Williams at michael.williams48@va.gov or by phone at 520-792-1450 for further details, with the contract period set to commence on May 1, 2025, and run through September 30, 2029.
    Q509--VISN Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for onsite primary care physician services within Veterans Integrated Service Network 20, which includes facilities in Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential primary care at various VA Medical Centers (VAMCs) and associated clinics. This opportunity is exclusively set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Interested contractors should note that the RFP is expected to be released around April 1, 2025, with proposals due by April 30, 2025, and can contact Scott A. Reed at scott.reed2@va.gov or 509-321-1909 for further information.
    Intent to Sole Source PCR Molecular Testing
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for PCR molecular testing supplies, specifically to Cepheid, which includes reagents and maintenance services for VA-owned GeneXpert machines. This procurement aims to ensure the availability of essential diagnostic tests that meet specific operational requirements, as Cepheid is identified as the only provider capable of fulfilling these needs based on prior market research. Interested vendors may express their interest and capabilities to provide comparable services, although this notice does not constitute a request for proposals, and no inquiries will be accepted. Responses must be submitted via email to the contracting officer, Aleta Jennette, by 10:00 AM EST on March 19, 2025, with the solicitation number being 36C24225Q0433.