Q301--646-25-2-124-0020 | Cytotechnologist Services | NCO 4 Services 1
ID: 36C24425Q0606Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs is seeking Cytotechnologist Services through a solicitation issued by the Network Contracting Office 4. The procurement aims to establish an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for qualified cytotechnologists who will provide essential pathology and laboratory services at the VA Pittsburgh Healthcare System from August 1, 2025, to July 31, 2030. These services are critical for maintaining high standards of healthcare for veterans, ensuring compliance with national performance standards and VA regulations. However, it is important to note that the solicitation has been canceled as a bona fide need no longer exists, and no further action is required from participants. For inquiries, interested parties may contact Contract Specialist Lev V Stowe at lev.stowe@va.gov.

    Point(s) of Contact
    Lev V StoweContract Specialist
    lev.stowe@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking proposals for Onsite Cytotechnologist Services at the VA Pittsburgh Healthcare System. The solicitation, numbered 36C24425Q0606, intends to award a five-year Firm-Fixed-Price (FFP) ID-IQ contract to the best-qualified Offeror, considering price and additional factors. Evaluations will be based on technical capability, past performance, and pricing, according to FAR 13.106-2 (b)(3). This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code for this procurement is 561320, and the small business size standard is $34.0 million. Quotes from eligible SDVOSB concerns can be submitted after the solicitation is posted on SAM.gov, expected on July 7, 2025. For further details, interested parties may contact the contracting specialist, Jami Cade, at the provided email.
    The document outlines a Request for Quote (RFQ) for Cytotechnologist Services at the VA Pittsburgh Healthcare System, aiming to establish a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for a duration of five years, effective from August 1, 2025, to July 31, 2030. Key details include that the contractor must provide accredited cytotechnologists who meet national performance standards and the necessary certifications, including ACLS and BLS. Services will be performed onsite, adhering to established health and safety regulations. The VA emphasizes contractual obligations including compliance with VA's directives, continuous quality improvement participation, and proper documentation of services rendered. The contractor's personnel must be fully licensed and free of any conflicts of interest. Payments will be made electronically, and the contractor is responsible for all employment-related requirements including insurance and worker safety. Overall, this RFQ reflects the VA's commitment to providing high-quality healthcare services to veterans while ensuring that contractors meet stringent standards for service delivery and care quality.
    This document is an amendment to the solicitation RFQ No. 36C24425Q0606 from the Department of Veterans Affairs, Network Contracting Office 4. The amendment provides updates that include answers to contractor inquiries, revisions to the Performance Work Statement (PWS), and modifications to the Price Schedule. Key changes involve specific qualifications for Cytotechnologist personnel, alterations to work hours and responsibilities, and updated administrative requirements. The offer due date remains unchanged at July 21, 2025, at 16:30 EST. The amendment emphasizes the need for contractors to provide documentation of certifications and to ensure timely coverage during personnel shortages. It confirms that past performance evaluations will include assessments based on documented contractor failures and successes, indicating a thorough review process. The document serves as a formal communication intended to clarify requirements and expectations for potential contractors, enhancing the clarity of the bidding process while maintaining compliance with government procurement standards. This amendment underscores the commitment of the government to maintain high service standards while facilitating robust contractor participation.
    The document is a formal notice regarding the cancellation of a solicitation for the Department of Veterans Affairs, specifically for the Network Contracting Office 4. It states that a bona fide need for the requirement no longer exists, meaning the project will not proceed as initially planned. The cancellation affects all offerors and bidders involved in the solicitation process, indicating that no further action is needed from those participants. The document includes administrative details such as contact information for the contracting officer and procedural information pertaining to the amendment of solicitation documents. The cancellation reflects operational decisions within government contracting processes, highlighting the dynamic nature of federal requests for proposals (RFPs) and the potential for shifts in project needs.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in Pennsylvania as of 2025. It establishes that contracts signed on or after January 30, 2022, must adhere to a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, can pay a minimum of $13.30 per hour if not renewed after January 30, 2022. The document lists specific wage rates for numerous occupations, including administrative support, automotive services, health, and food preparation. Each occupation has an associated rate, with asterisks denoting those potentially eligible for higher minimum wage under the relevant Executive Orders. Furthermore, it discusses contractor obligations for paid sick leave, vacation, holidays, and health benefits, ensuring compliance with federal regulations. The document serves as a guide for federal contractors regarding wage standards and labor protections in the context of federal grants and contract procurements.
    The Quality Assurance Surveillance Plan (QASP) serves as a structured framework for evaluating contractor performance on a specific government contract. It outlines the monitoring process, including what will be assessed, methods of evaluation, and the responsible personnel, such as the Contracting Officer (CO) and the Contracting Officer’s Representative (COR). The document emphasizes that the contractor is accountable for all terms of the contract, while the government must maintain objectivity and fairness in performance assessment. Performance standards are established to define acceptable service levels, with quarterly reports generated by the COR to inform the CO about the contractor's adherence to these standards. Various surveillance methods like direct observation, periodic inspections, and customer complaints are employed to monitor performance. The plan is dynamic, allowing for revisions through coordination with the contractor, and establishes processes for addressing any discrepancies noted during monitoring. The QASP is a vital mechanism ensuring accountability and quality control within government contracts, underscoring the government’s commitment to overseeing contract fulfillment effectively.
    The Quality Assurance Surveillance Plan (QASP) outlines performance measures for contractors providing healthcare services. It evaluates various performance metrics related to the qualifications of medical personnel, quality of care, and adherence to regulations. Key areas assessed include the adherence of physicians to clinical standards, board certification requirements, and the execution of duties within their defined scopes of practice. Surveillance methods are specified, including periodic inspections and random sampling of documents. The report emphasizes the importance of timely reporting of patient safety incidents, maintaining current licensing and certifications, completion of mandatory training, and compliance with HIPAA regulations, with the expectation of achieving a 100% compliance standard in these areas. The document reflects the government's commitment to ensuring high standards of healthcare services through rigorous oversight and accountability mechanisms, crucial for the contract's execution under federal guidelines. This structured approach is essential for guaranteeing the quality and safety of care provided to veterans.
    The Quality Assurance Surveillance Plan (QASP) outlines a performance evaluation framework using ratings for contractor performance based on the Contract Performance Assessment Reporting System (CPARS). Ratings range from "Exceptional," indicating performance that greatly benefits the government with minimal issues, to "Unsatisfactory," denoting serious problems with ineffective corrective actions. Ratings require documentation of performance incidents and their impact, ensuring accountability and transparency. The document stipulates that the government must track both positive and negative contractor performances, with written communications required if performance falls below acceptable quality levels (AQL). The Contracting Officer (CO) is responsible for reviewing and communicating performance issues through Contract Reports (CR), documenting necessary corrective action plans for contractors to restore compliance. This systematic approach aims to enhance government contracting processes by ensuring contractor accountability, performance evaluation, and follow-up actions, ultimately leading to improved service delivery aligned with contractual obligations.
    The Contract Deficiency Report serves as a structured document used to identify and address issues in federal contracts. It includes essential details such as contract and report numbers, parties involved, dates related to the report preparation and contractor response, and sections for both the Contracting Officer Representative (COR) and the contractor to sign. The report outlines the identified issue, referencing the Performance Work Statement (PWS) Directive, and requires a contractor's response detailing the cause and measures to prevent future occurrences. The document also includes sections for government evaluation and actions, leading to a formal closeout once resolutions are established. This report is pivotal for maintaining quality control and accountability in government contracts, ensuring that deficiencies are rectified and that improvements are made to prevent recurrences, thus enhancing the overall efficacy and compliance of federal contracting practices.
    The Department of Veterans Affairs (VA) has issued VA Notice 24-12 to update Handbook 6500.6, Contract Security, specifically Appendix C, which outlines security language for contracts. This update incorporates revised policies aimed at enhancing the security of VA information and systems accessed by contractors. Key points include mandatory compliance with federal laws and VA directives on information security and privacy, requirements for data protection, contractor access control measures, incident reporting protocols, and obligations for training and security compliance testing. Contractors must adhere to regulations regarding data management, including data encryption, media sanitization, and the return of VA information and equipment. This document emphasizes the importance of maintaining data integrity, confidentiality, and security throughout the lifecycle of contracts, especially concerning sensitive personal information. The update reflects the VA's commitment to safeguarding its information systems while ensuring contractors understand their responsibilities under federal regulations. Ultimately, the notice aims to enforce stringent security measures to protect veterans' information effectively.
    The document outlines essential records management obligations for contractors engaged with Federal agencies, particularly the Department of Veterans Affairs (VA). It emphasizes the importance of clear contractual language regarding the handling of Federal records by contractors, ensuring compliance with relevant laws and regulations, including the Federal Records Act and the Privacy Act. Key points include the definition of Federal records, requirements for maintaining and safeguarding these records, and the prohibition of unauthorized disclosures or destruction. Contractors must also undergo VA-provided records management training and ensure that all deliverables created under the contract are owned by the Government. The overarching goal is to integrate records management into procurement processes effectively, highlighting the necessity of protecting and properly managing Federal records throughout the contracting period.
    The Performance Work Statement outlines the requirements for onsite Cytotechnologist Services at the VA Pittsburgh Healthcare System, intended for eligible Veterans. The Contractor must supply qualified personnel who meet the regulatory standards established by the American Society of Clinical Pathology (ASCP). Services must be provided in compliance with various Veterans Affairs (VA) directives regarding health care management and quality assurance. The contract emphasizes qualifications, requiring cytotechnologists to have active licenses, board certifications, and meet continuing education mandates. Infection control and regular training on safety protocols are also highlighted, including vaccination requirements and adherence to OSHA regulations. The document details the operational expectations, including scheduling within VA business hours and obligations for patient safety compliance. Performance metrics, such as timely reporting of patient safety incidents and evidence of ongoing training, are specified to ensure quality service delivery. The summary notes that the Contractor faces rigorous monitoring of performance and compliance, with provisions for potential penalties or corrective actions for non-compliance. This contract encapsulates the VA's commitment to providing high-quality health care services to Veterans while adhering to strict regulatory frameworks.
    This Performance Work Statement (PWS) outlines the requirements for contractor-provided Cytotechnologist services at the Department of Veterans Affairs (VA) Pittsburgh Healthcare System. The contractor must supply qualified personnel with relevant certifications and licenses, capable of delivering pathology and laboratory services that meet or exceed national standards set by the American Society of Clinical Pathology (ASCP). Services will be conducted onsite and must comply with various VA directives, regulations, and infection control measures. Key responsibilities include ensuring that Cytotechnologists maintain up-to-date certifications, partake in mandatory training, and adhere to quality management guidelines. Additionally, the contractor must provide a plan for coverage in cases of personnel absence and ensure that patient safety incidents are reported promptly. The document also details operational hours, billing requirements, and prohibitions against billing veterans directly for contracted services. By formalizing these requirements, the VA aims to maintain high standards of care for veterans receiving cytological services while ensuring compliance with federal regulations and business practices. This PWS serves as a comprehensive framework for assessing contractor qualifications and performance in delivering critical health services.
    The document outlines an Indefinite-Delivery Contract for Cytotechnologist Services at the VA Pittsburgh Healthcare System, effective from August 1, 2025, to July 31, 2030. The contract involves five annual task orders, each corresponding to specific contract periods where the contractor will be compensated solely for actual work performed. The minimum and maximum values for the task orders are yet to be determined, with the minimum value based on the first year’s task order and the maximum aggregating all task order amounts over the contract’s duration. Each task order covers one hour of Cytotechnologist Services, ensuring adherence to specified requirements. The document serves as a federal procurement outline that highlights the terms and execution of healthcare services contracts within the VA system, reflecting the government's structured approach to securing essential medical staffing services while controlling budget allocations through task orders.
    Similar Opportunities
    Q502--691 | Cardiovascular Technology Staffing | VA Greater Los Angeles Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, is seeking a contractor to provide Cardiovascular Technologist Staffing Services for the VA Greater Los Angeles Healthcare System. This procurement will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a performance period of five years and funded task orders awarded annually. The services are critical for supporting the healthcare needs of veterans, ensuring that qualified cardiovascular technologists are available to deliver essential medical care. The solicitation is set to be released electronically on or about December 18, 2025, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties can contact Contracting Officer Bill Cook at william.cook2@va.gov for further information.
    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.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    To Correct Description
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking responses to a Special Notice regarding a procurement opportunity related to medical laboratory testing services. Respondents are required to complete specific columns in the attached test list, particularly Columns D and E, which pertain to in-house testing capabilities and third-party courier services. This opportunity is crucial for ensuring the efficient provision of medical laboratory services, which play a vital role in supporting the healthcare needs of veterans. Interested parties should reach out to Eric A. Lingenfelter at Eric.Lingenfelter@va.gov or call 360-852-9891 for further details and to obtain the necessary documents for submission.
    To Correct Description
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking responses to a Special Notice regarding a procurement opportunity related to medical laboratory testing services. Respondents are required to complete specific columns in the attached test list, particularly Columns D and E, which pertain to in-house testing capabilities and third-party courier services. This opportunity is crucial for ensuring the availability and accuracy of medical laboratory tests, which play a vital role in patient care and treatment decisions. Interested parties should reach out to Eric A. Lingenfelter at Eric.Lingenfelter@va.gov or call 360-852-9891 for further details and to obtain the necessary documents for submission.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3.1 million, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate diagnostic imaging, adhering to stringent standards set by the VA and other regulatory bodies, with a performance period from January 2, 2026, to December 31, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further details and to ensure compliance with all eligibility requirements.
    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.
    Q522--Teleradiology Contract (VA-26-00012033) ALBANY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified contractors to provide teleradiology services for the Albany Stratton VA Medical Center under a two-year contract. The services are required to ensure timely reading of medical images during periods when VA staffing is inadequate, particularly during normal business hours, to prevent patient diversion and associated costs. Contractors must supply Board Certified Radiology Physician Services, with all physicians holding current, unrestricted licenses and adhering to standards set by the American College of Radiology and The Joint Commission. Interested parties must submit their responses, including company details and prior experience, by December 16, 2025, at 12:00 PM ET to Meaghan Gallagher at Meaghan.Gallagher@va.gov.