Q301--Metabolomics and Lipidomics Pulmonary Study
ID: 36C26226Q0179Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a Metabolomics and Lipidomics Pulmonary Study, focusing on the analysis of 185 human samples. This contract, designated for Small Businesses under NAICS code 541714, aims to enhance understanding of pulmonary conditions through advanced biochemical analysis. The performance period for the contract is set from December 31, 2025, to December 30, 2026, with proposals due by December 15, 2025, at 10:00 AM MST. Interested vendors should direct inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov and ensure compliance with all registration and documentation requirements to facilitate timely processing.

    Point(s) of Contact
    Felicia L SimpsonContract Specialist
    felicia.simpson@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a presolicitation notice (Solicitation Number: 36C26226Q0179) for a Metabolomics and Lipidomics Pulmonary Study. This study falls under Product Service Code Q301 and NAICS Code 541714, with a Set-Aside for the Small Business Administration (SBA). The place of performance will be the San Diego VA Healthcare System located at 3350 La Jolla Village Drive, Main Hospital, San Diego, CA 92161. Responses are due by December 10, 2025, at 10:00 AM Mountain Time, Denver, USA. The contracting office is NCO 22, Department of Veterans Affairs, Mesa Annex Network Contracting, and the point of contact is Felicia Simpson, Contracting Officer, at Felicia.Simpson@va.gov.
    This government solicitation, 36C26226Q0179, issued by the Department of Veterans Affairs, NCO 22, is a Request for Proposal (RFP) for Metabolomics and Lipidomics services on 185 human samples. The contract, set aside 100% for Small Businesses with NAICS 541714, specifies a performance period from December 31, 2025, to December 30, 2026. Key dates include an offer due date of December 15, 2025, at 10:00 AM MST, with all questions due by December 10, 2025, at 1:00 PM MST. Offers must be submitted via email to Felicia Simpson. The document details contract clauses, terms, conditions, and instructions for offerors, including requirements for electronic invoice submission via the Tungsten Network and prohibitions related to certain telecommunications, video surveillance equipment, and foreign entities.
    The Department of Veteran Affairs (VA) is conducting a Sources Sought Announcement for a Metabolomics and Lipidomics Pulmonary Study, aiming to identify potential contractors capable of providing biomolecular services. This market research initiative seeks to gather information from various small business types, including Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), and HUBZone businesses. The study, led by Dr. Crotty Alexander, focuses on analyzing banked human samples to understand the health effects of vaping e-cigarettes, particularly in Veteran and active-duty military populations. The contractor will be responsible for conducting next-generation metabolomics by mass spectrometry on 185 samples, identifying 15-25,000 small molecule biomarkers (metabolites and lipids) within each sample, and delivering raw and processed data to the VA. The services include custom mass spectrometry design, sample storage, online data delivery, and metabolite identification using the vendor's standards library. Interested offerors must be registered in SAM.gov and, if applicable, with the SBA-Dynamic Small Business Search Registry, and are required to submit a capability statement by December 5, 2025.
    The provided document is a vendor information form used for federal government RFPs, grants, and state/local RFPs. It outlines mandatory fields for vendor registration, including general information such as service, vendor name, address, contact details, and tax identification (TIN or SSN). The form also requires financial information like payment address and account number. Key sections address existing contracts, 1099 vendor status, business type (FPDS), and socioeconomic groups, promoting diversity in contracting. Additionally, it mandates the acceptance of purchase cards and registration with DUN and BRADSTREET and the Central Contractor Registration (CCR). The document emphasizes checking federal government exclusion lists (epls.arnet.gov and exclusions.oig.hhs.gov) as a final verification step to ensure vendor eligibility, highlighting the critical importance of compliance for administrative action.
    VA Form 10091 is essential for establishing or updating vendor payment records for electronic payments, adhering to 31 CFR Part 208. The form requires an authorized representative's signature and differentiates between new and existing vendors, with specific instructions for each, particularly concerning SAM.gov registration and Unique Entity Identifiers (UEI). Key sections cover VA Facility Information, Payee/Vendor Information (including TIN/SSN, NPI, and address details), Electronic Funds Transfer (EFT)/Automated Clearing House (ACH) banking details, and Authorized Representative certification. Accurate and complete information, matching SAM.gov records where applicable, is crucial to avoid processing delays. The form also includes privacy act and paperwork reduction act statements, emphasizing the importance of providing correct data to ensure timely payments.
    Form W-9 (Rev. March 2024) is a critical IRS document used by U.S. persons to provide their correct Taxpayer Identification Number (TIN) to entities (requesters) obligated to file information returns with the IRS. This form ensures accurate reporting of income, such as interest, dividends, and nonemployee compensation, preventing backup withholding. Key updates in the March 2024 revision include clarifications for disregarded entities on Line 3a and the addition of Line 3b for flow-through entities with foreign partners/owners/beneficiaries. The document outlines specific instructions for individuals and various entity types, details exemptions from backup withholding and FATCA reporting, and describes penalties for non-compliance. It also provides guidance on acquiring a TIN and emphasizes identity theft protection. Form W-9 is essential for establishing U.S. status for tax purposes and complying with federal tax regulations.
    Similar Opportunities
    6505--Nicotine Lozenges MINI (VA-26-00020754)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Nicotine Mini Lozenges, specifically under solicitation number 36E79726R0007. This contract aims to ensure an uninterrupted supply of nicotine lozenges for the VA, Department of Defense (DOD), Bureau of Prisons (BOP), and Indian Health Service (IHS), with a contract duration of one year and four optional one-year extensions. The estimated annual requirements include 166,791 bottles of 2mg lozenges and 138,276 bottles of 4mg lozenges, which will be distributed through the VA and DOD Pharmaceutical Prime Vendor Programs. Interested offerors should note that the solicitation will be electronically issued around December 18, 2025, with a tentative closing date of January 1, 2026, and can direct inquiries to Billy Fong at billy.fong@va.gov or by phone at 708-786-4992.
    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.
    6505--Dimethyl Fumarate Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking offers for the procurement of Dimethyl Fumarate Capsules (120MG and 240MG delayed-release) through solicitation 36E79726R0003. This contract aims to establish a reliable supply source for these pharmaceutical products to support VA, Department of Defense (DoD), Indian Health Service (IHS), and Bureau of Prisons (BOP) facilities, with a contract structure that includes a one-year base ordering period and four one-year options. The products are critical for treating specific medical conditions, and offerors must comply with stringent requirements, including FDA regulations, Drug Supply Chain Security Act (DSCSA) compliance, and the provision of unique National Drug Codes (NDCs). The deadline for submitting offers has been extended to December 9, 2025, at 2:30 PM CST, and interested parties can contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov for further information.
    R422--VA All Employee Survey (AES)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide All Employee Survey (AES) services through a Sources Sought Notice (RFI 36C77626Q0025). The objective is to identify experienced vendors capable of administering the AES, which is a vital tool for gathering employee feedback and enhancing workplace conditions across the VA, with an expected participation rate of 60% from approximately 450,000 employees. The contract will encompass web-based and Interactive Voice Response (IVR) services for survey administration, data collection, and real-time reporting, structured as a base year with four option years. Interested parties must submit their responses by December 15, 2025, at 2:00 PM EST, to Aimee Maxel at aimee.maxel@va.gov and Kristy Svendsen at kristy.svendsen@va.gov, adhering to the specified submission guidelines.
    SLEEP STUDIES CLE
    Buyer not available
    The Department of Veterans Affairs is seeking industry capabilities and interest for providing Sleep Studies at the Louis Stokes Cleveland VA Medical Center (CLE VAMC). The primary objective is to assess whether sufficient Small Businesses can meet the requirements for the procurement of WatchPAT devices, which are FDA-cleared home sleep apnea testing devices. This initiative is crucial for enhancing the quality of sleep studies provided to veterans, ensuring they receive the necessary diagnostic services. Interested parties must submit their business information, including socio-economic category and capability statements, by October 30, 2025, at 11 AM ET, via email to Rachelle Hamer at rachelle.hamer@va.gov, with "RFI 36C25026Q0068 | Sleep Studies CLE" in the subject line.
    Q502--691 | Cardiovascular Technology Staffing | VA Greater Los Angeles Healthcare System
    Buyer not available
    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.
    Q301--Elliot Follow On (VA-25-00093642)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source five-year Blanket Purchase Agreement (BPA) to Elliot Hospital for specialized and routine laboratory testing and blood irradiation services. The procurement requires the contractor to provide STAT testing with a one-hour turnaround time, along with other laboratory services on an as-needed basis, adhering to strict compliance with federal and state regulations, including HIPAA and CLIA. This opportunity is crucial for ensuring timely and quality medical laboratory services for veterans, with a response deadline for interested parties set for December 12, 2025, at 3:00 PM EST. Interested vendors should submit their qualifications to Sarah Otis at Sarah.Otis@va.gov, as no competitive proposals will be solicited.
    Q301--RNA Extraction and Sequencing - DURHAM VA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a sole-source, firm-fixed-price contract with Duke University for RNA extraction and sequencing services. This procurement supports the VA's ongoing research on COVID-19 epidemiology, immunology, and clinical characteristics, which involves processing 800 whole blood RNA sequencing samples and performing 1600 RNA extractions. The total contract value is $251,672.80, with a performance period running from April 1, 2023, to March 31, 2024. Interested parties can reach out to Contracting Officer Ann Marie Stewart at annmarie.stewart@va.gov or by phone at 401-919-0878 for further details.
    6515-- Philips IntelliVue Microstream Extension Monitors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.
    6640--Aerospray Hematology Pro Slide Stainer / Cytocentrifuge
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals from small businesses for the procurement of an Aerospray Hematology Pro Slide Stainer/Cytocentrifuge. This equipment is intended to serve as a backup unit and must meet specific technical specifications, including multipurpose staining capabilities and a high processing rate of slides per hour. The successful offeror will be selected based on the lowest price technically acceptable offer, with key deadlines for questions set for December 10, 2025, and for quotes on December 17, 2025. Interested parties should contact Contract Specialist Angela M. Kennedy at angela.kennedy2@va.gov for further details.