F107-- Pharmacy USP Sampling Services
ID: 36C25625Q0522Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Testing Laboratories and Services (541380)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS (F107)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotes for Pharmacy USP Sampling Services at the Fayetteville VA Medical Center, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement requires compliance with the latest microbiological testing standards, including the analysis and reporting of results for various samples, and mandates that contractors possess ISO/IEC 17025 accreditation. This contract is crucial for ensuring the safety and efficacy of pharmaceutical services provided to veterans, with a performance period starting from July 14, 2025, and extending through multiple option periods until July 13, 2030. Interested vendors must submit their quotes by March 13, 2025, and can contact Caleb Parker, the Contract Specialist, at caleb.parker@va.gov for further information.

    Point(s) of Contact
    Caleb ParkerContract Specialist
    caleb.parker@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is issuing a combined synopsis/solicitation for Pharmacy USP Sampling Services at the Fayetteville VA Medical Center. This Request for Quote (RFQ) is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires VetCert certification upon submission. The solicitation number is 36C25625Q0522, with quotes due by March 13, 2025. The contract seeks services compliant with the latest standards for microbiological testing, including incubating, analyzing, and reporting results for surface, gloved fingertip, and media fill samples. The contractor must possess ISO/TEC 17025 accreditation and follow rigorous guidelines outlined in the Statement of Work. The performance period includes a base term from July 14, 2025, to September 30, 2025, with multiple option periods extending to July 13, 2030. Evaluation factors include technical capability, past performance, and price. The contract will award to the vendor providing the best value to the government, with a focus on thorough adherence to defined standards and quality metrics. The document emphasizes timely reporting of results and strict compliance with federal regulations surrounding contracting procedures and small business involvement.
    The document is a Final Invoice Memo confirming the absence of outstanding invoices related to a specific Contract and Purchase Order. It is addressed to the Contracting Officer, outlining that the vendor has no pending financial obligations under the referenced contract. The memo requires the vendor's representative to provide their name, title, contact information, and signature, along with the date. Its purpose emphasizes the vendor's completion of financial responsibilities, thereby facilitating administrative closure for the contracting officer and ensuring compliance with procurement protocols. This document is essential in the context of government RFPs and grants, serving as an official communication that consolidates financial accountability between vendors and government entities.
    The document outlines a structured format for providing past performance references in the context of government Requests for Proposals (RFPs) and grant applications. It includes sections for detailing information about three references, which may be either government or commercial organizations. Each reference section requires information such as the organization's name, address, contract number, description of the work performed, contractor role (prime or subcontractor), dates of performance, total contract cost, and whether there have been any terminations for cause or default. Additionally, contact information for a point of contact or Contracting Officer Representative (COR) is mandated, along with any relevant comments. This format underscores the importance of demonstrating experience and reliability in securing government contracts and grants, reflecting an evaluation of previous work to assess capability and accountability. Overall, the document serves as a guideline for submitting essential performance data to support applications for federal and local funding opportunities.
    The document provides a comprehensive wage determination from the U.S. Department of Labor under the Service Contract Act, detailing minimum wage requirements for federal contracts and classifications for various job titles within Arkansas's Benton, Madison, and Washington counties. Contracts initiated or renewed post-January 30, 2022, necessitate paying employees at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $13.30 per hour. Additionally, the document outlines various occupational wage rates and fringe benefits, such as health and welfare compensation, vacation, and holiday leave. It emphasizes the significance of Executive Orders 14026 and 13658 for contractor compliance regarding wages and worker protections, alongside regulations for classifying unlisted job roles through the Wage and Hour Division. This information is essential for federal, state, and local agencies when formulating RFPs and grants, ensuring adherence to labor standards for contract workers. The document reflects the government’s continued commitment to fair labor practices and the protection of workers’ rights in federally funded projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6515--770_MedSurg_VA CMOP National Office_36C77025Q0160 Diabetic Testing Supplies
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotations for diabetic testing supplies under solicitation number 36C77025Q0160, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to source essential MedSurg items, including glucose test strips and lancets from the One Touch brand, for delivery to multiple VA locations across the United States. This initiative underscores the importance of providing reliable medical supplies to veterans while ensuring compliance with regulations such as the Drug Supply Chain Security Act and the Buy American statute. Interested vendors must submit their proposals via email to Contract Specialist Michael W. McAlhaney by March 7, 2025, and include pricing in an Excel format along with their state wholesale distributor licensure.
    6640--FY25 Q3 Micro Molecular Testing (VA-25-00029953)
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the procurement of Micro Molecular Testing supplies for the West Palm Beach VA Hospital, under Solicitation No. 36C24825Q0395. The procurement includes various laboratory items and equipment, such as testing kits and the leasing of laboratory instruments, with a requirement for vendors to be Authorized Distributors and provide proof of their status. This initiative is part of the VA's commitment to enhancing its laboratory capabilities to effectively serve veterans. Interested vendors must submit their quotations via email by March 12, 2025, at 2:00 PM Eastern Time, and are encouraged to stay updated on any changes to the solicitation through the Beta-Sam website. For further inquiries, vendors can contact Contract Officer David Henry at David.Henry3@va.gov or by phone at 561-631-3352.
    6640--AutoMicrobiological Blood Culture Testing/Systems (CPT) VISN 15
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Cost Per Test (CPT) for Automated Microbiological Blood Culture Testing/Systems across multiple facilities under VISN 15. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying testing equipment, reagents, maintenance, and personnel training, all compliant with FDA standards and the Clinical Laboratory Improvement Act. This initiative is crucial for enhancing healthcare services for veterans, ensuring reliable and efficient testing processes. Interested parties must respond by March 7, 2025, and are required to be registered in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Maria Riza Owen at maria.owen2@va.gov or call 913-946-1122.
    R602-- LAB COURIER SVC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for laboratory courier services under solicitation number 36C24725Q0261, specifically aimed at Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The contract will facilitate the transportation of specimens, materials, and supplies between various VA clinics and the Central Alabama Veterans Healthcare System (CAVHCS), with an estimated performance period from May 1, 2025, to April 30, 2026, and options for four additional years. This service is crucial for ensuring timely delivery of medical materials, adhering to strict regulations including HIPAA compliance, and maintaining quality patient care within the VA healthcare system. Interested contractors must submit their quotations and any inquiries by March 10, 2025, via email to the contracting officer, Sheryl Harris, at sheryl.harris5@va.gov.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a contract focused on Pharmaceutical Waste Removal services for the Marion VA Medical Center in Illinois and the Evansville Health Care Center in Indiana. This procurement will be structured as a firm fixed price contract, encompassing a base period and four option years, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 562211, which pertains to Hazardous Waste Treatment and Disposal. The contract aims to ensure compliance with regulations regarding pharmaceutical waste management while supporting veteran-owned businesses. Interested bidders must be registered and active in the System for Award Management (SAM) and can expect the solicitation to be available electronically on the Contract Opportunities website around February 18, 2025, with a response deadline set for March 5, 2025, at 11:00 am Central Time. For further inquiries, potential bidders may contact Lisa A. Buchanan, Contract Specialist, at Lisa.Buchanan1@va.gov or by phone at 913-946-1990.
    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.
    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.
    6505--Radiopharmaceuticals For The Portland VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of radiopharmaceuticals for the Portland VA Medical Center. This opportunity, identified by solicitation number 36C26025Q0237, aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply essential nuclear medicine supplies, ensuring 24/7 availability and prompt delivery for patient care. The procurement is particularly significant as it supports the medical needs of veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their proposals by March 28, 2025, at 13:00 Pacific Time, and can direct inquiries to José Ronstadt at jose.ronstadt@va.gov or by phone at 360-852-9885.
    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.
    6509--Solifenacin Tabletes (VA-25-00037090)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Solifenacin Tablets, designated as RFP 36E79725R0020. This procurement aims to establish a reliable supply of Solifenacin for the VA, Department of Defense (DoD), and other federal health agencies, with the contract expected to last one year and include four optional renewal periods. Solifenacin is a critical medication used in the treatment of overactive bladder, highlighting the VA's commitment to ensuring access to essential pharmaceuticals for veterans and associated healthcare providers. Interested vendors should monitor SAM.gov for the RFP release, anticipated around March 14, 2025, with proposals due by March 28, 2025; for further inquiries, they may contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov or by phone at 708-786-4879.