6505--Whole Blood & blood products for ViSN 8 facilities
ID: 36C24826R0066Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Blood and Organ Banks (621991)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of whole blood and related blood products for facilities within the Veterans Integrated Service Network (VISN) 8 in Florida. The contract encompasses a base period with four option periods, requiring the daily supply of whole blood components, specialized services such as consultation and apheresis, and 24/7 reference laboratory testing. These products and services are critical for supporting the healthcare needs of veterans, ensuring compliance with stringent FDA and AABB standards for quality and safety. Interested offerors should contact Contracting Officer Kurt J. Kramer at Kurt.Kramer@va.gov, with a guaranteed minimum contract value of $1,000 and a maximum of $49,000,000, and proposals must be submitted by the specified deadline outlined in the solicitation document.

    Point(s) of Contact
    Kurt J KramerContracting Officer
    (407) 840-9048
    Kurt.Kramer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Orlando, FL, has issued a presolicitation notice (SOLICITATION NUMBER* 36C24826R0066) for the ongoing requirement of whole blood and blood products. This requirement is for the VISN 8: Veterans Administration Sunshine Healthcare Network in Florida, which includes several VA medical centers. The contractor must be an active FDA-registered or licensed blood bank entity, a community (non-hospital) blood bank nonprofit corporation, accredited by AABB, CAP, or the Joint Commission. The services include providing products, blood-related services, and therapeutic services to ensure compatible and safe blood products for patients. The response date for this presolicitation is January 12, 2026, at 11:00 am Eastern Time, New York, USA.
    This government solicitation, 36C24826R0066, issued by the Department of Veterans Affairs, seeks proposals for whole blood products and related services for VISN 08 facilities in Florida. The contract is for a base period with four option periods, with a guaranteed minimum of $1,000.00 and a maximum of $49,000,000.00. Key requirements include the daily supply of whole blood and blood components, specialized services like consultation and apheresis, and reference laboratory testing available 24/7. All blood products must be FDA-registered or licensed, AABB-accredited, and meet stringent quality, packaging, and delivery standards. Contractors must adhere to various federal regulations, including those concerning donor selection, confidentiality of patient information, and security of VA information systems. Invoices are to be submitted monthly in arrears electronically via Tungsten. The solicitation outlines detailed instructions for offerors, contract clauses, and evaluation criteria, emphasizing the importance of compliance, security, and quality of service.
    The Bay Pines VA facility has detailed pricing lists for a wide array of blood and stem cell products, as well as associated services, across a base year and two option years. The pricing sheets categorize items such as various forms of whole blood, red blood cells, platelets, cryoprecipitate, and fresh frozen plasma, often with specifications like leukoreduced, irradiated, low volume, autologous, or processed for specific patient populations (e.g., infant, pediatric). Additionally, the documents list numerous related services including collection, processing, freezing, thawing, washing, volume reduction, irradiation, crossmatching, and various diagnostic tests (e.g., ABO Group, Rh Type, CMV, HIV, HCV, HLA, Syphilis). Stem cell services, therapeutic procedures like apheresis and phlebotomy, and transportation fees are also included. The consistent item descriptions across the base year and option years indicate a recurring need for these specialized blood products and services, highlighting the comprehensive nature of the medical support required by the Bay Pines VA.
    The MIAMI VA pricing file outlines a comprehensive list of medical products and services, primarily focused on blood and stem cell related items, across a base year and two option years. The document categorizes items such as various forms of whole blood, red blood cells, platelets, cryoprecipitate, fresh frozen plasma, and pathogen-reduced fibrinogen concentrate, each with specific processing and modification options like irradiation, leukoreduction, washing, and freezing. It also includes numerous laboratory tests and specialized procedures, such as Apheresis Platelets with different bacterial detection methods, stem cell processing and storage, and various diagnostic screenings (e.g., HIV, HCV, CMV, HLA, Syphilis). Additionally, the file details various fees for services like irradiation, deglycerolization, freezing, pooling, and transportation, as well as charges for medical supervision and specialized collection procedures. This detailed pricing structure indicates a procurement document for a wide array of blood bank and cellular therapy products and services for the Miami VA healthcare system.
    The Orlando VA pricing document outlines a comprehensive list of medical services and products across base year and two option years. The items are categorized into whole blood products, red blood cells, platelets, cryoprecipitate, fresh frozen plasma, pathogen-reduced fibrinogen concentrate, apheresis platelets, stem cell services, and various testing and processing fees. The document details specific types of blood components (e.g., NLR, Leukoreduced, Irradiated, Autologous, Low Volume) and specialized services like pathogen reduction, cryopreservation, and various laboratory tests (e.g., CMV, HIV, HCV, HLA). It also includes fees for processing, storage, transportation, and medical supervision, indicating a broad scope of blood banking and cellular therapy services offered or procured by the Orlando VA.
    The TAMPA VA pricing document outlines a comprehensive list of blood and cellular products, processing services, and related fees for a base year and two option years. The document categorizes items such as whole blood, red blood cells, platelets, plasma, and cryoprecipitate, detailing various modifications like leukoreduced, irradiated, deglycerolized, washed, and autologous preparations. It also includes specialized services like apheresis, stem cell processing (cryopreservation, quality control, thawing), and numerous laboratory tests (e.g., ABO/Rh typing, antibody screens, infectious disease testing for HIV, HBV, HCV, HTLV, CMV, COVID-19). Additional fees cover procedures like irradiation, freezing, thawing, pooling, crossmatching, and transportation. The repetitive listing of identical item descriptions and quantities across the base year and option years suggests a pricing agreement for these services over a multi-year period, indicating a federal government procurement for ongoing blood and cellular product supply and related laboratory services at the Tampa VA.
    The document "WPB - Base Year Pricing" outlines a comprehensive list of medical products and services, primarily focusing on blood and stem cell-related items, for the West Palm Beach VA. The file is structured into three sections: Base Year Pricing, Option Year 1 Pricing, and Option Year 2 Pricing, each detailing the same extensive list of items. These items include various forms of whole blood, red blood cells, platelets, cryoprecipitate, fresh frozen plasma, and specialized pathogen-reduced fibrinogen concentrates. Additionally, it lists a wide array of processing fees such as irradiation, deglycerolization, freezing, pooling, and washing, along with numerous laboratory tests for infectious diseases (HIV, HBV, HCV, CMV, HTLV), blood typing (ABO, Rh), antibody screening, and genetic analysis. Stem cell-related services like apheresis, cryopreservation, quality control, and coordination fees are also included. The file also specifies therapeutic procedures like cellular depletion and plasma exchange, as well as various transportation and handling fees. The repetition of the item list across three distinct pricing years suggests that this document serves as a pricing schedule for a multi-year contract or agreement, likely a federal government RFP or grant, for the supply of these critical medical products and services to the West Palm Beach VA.
    The NFSG (Gainesville) VA pricing document outlines a comprehensive list of medical products and services, including various types of whole blood, red blood cells, platelets, cryoprecipitate, and plasma, along with associated processing, testing, and logistical fees. The document details base year pricing and options for Option Year 1 and Option Year 2, with consistent item descriptions across all periods. Key services include blood collection, component preparation (e.g., leukoreduction, irradiation, deglycerolization), autologous processing, stem cell services (e.g., cryopreservation, quality control, coordination, thawing), and a wide array of laboratory tests for infectious diseases (e.g., HIV, HCV, HTLV, CMV, COVID-19, Syphilis), blood typing, antibody screening, and genetic testing. Additional fees cover specialized procedures like apheresis, volume reduction, washing, freezing, thawing, pooling, and transportation. The extensive catalog indicates a structured pricing framework for blood products, cellular therapies, and diagnostic services, essential for federal healthcare procurement.
    The Past Performance Questionnaire, Solicitation Number 36C24826R0013, is a two-part form for evaluating offerors seeking to provide Whole Blood & Whole Blood Products for the Orlando VA Healthcare System. Part 1 requires the offeror to provide detailed contract specifics, including project title, contract number, value, period of performance, and a description of services. Part 2 is completed by an assessor to evaluate the offeror's past performance across categories such as quality, schedule, customer satisfaction, management, cost, and safety. Assessors rate performance on a scale from Exceptional to Unsatisfactory, providing explanations for any marginal or unsatisfactory ratings. The form emphasizes the confidentiality of assessor information and requires submission to susan.rodriguez-perez@va.gov by the offer due date.
    Similar Opportunities
    6505--Whole Blood & blood products for ViSN 8 facilities
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of whole blood and related blood products for facilities within the Veterans Integrated Service Network (VISN) 8 in Florida. The contract encompasses a base period with four option periods, requiring the daily supply of whole blood components, specialized services such as consultation and apheresis, and 24/7 reference laboratory testing. These products and services are critical for supporting the healthcare needs of veterans, ensuring compliance with stringent FDA and AABB standards for quality and safety. Interested offerors should contact Contracting Officer Kurt J. Kramer at Kurt.Kramer@va.gov, with a guaranteed minimum contract value of $1,000 and a maximum of $49,000,000, and proposals must be submitted by the specified deadline outlined in the solicitation document.
    RFI for Blood Bank Validation Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide Blood Bank Validation Services as part of its Electronic Health Record Modernization Integration Office (EHRM-IO) initiative. The primary objective is to validate the Oracle Health Millennium EHR system for 129 blood bank sites across 170 Medical Centers, ensuring compliance with regulatory and accreditation requirements from organizations such as the FDA and AABB. These validation services are critical for ensuring patient and blood product safety, with project management and execution expected to begin by August 1, 2026, and to be completed one month prior to each of the 28 scheduled go-live events between January 2027 and November 2031. Interested parties should submit their capability statements and any questions regarding the Draft Performance Work Statement (PWS) to Steven Baum at steven.baum@va.gov and Wendella Baptiste at wendella.baptiste@va.gov by 5 PM ET on December 18, 2025.
    Q523--Brand Name or Equal to the American Red Cross - Autologous Transfusion Cell Saver. POP: 03/26/2026 thru 03/25/2027. Unrestricted procurement.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Autologous Transfusion Cell Saver Services for the Wilmington VA Medical Center, with a contract period from March 26, 2026, to March 25, 2027. The contractor will be responsible for providing qualified technicians, Cell Saver equipment, and necessary disposables to support Veteran patients in the Operating Room, ensuring compliance with AABB, CAP, and Joint Commission standards, as well as HIPAA regulations. This service is critical for enhancing patient care during surgical procedures by enabling the collection and reinfusion of a patient's own blood, thereby minimizing the need for donor blood. Interested parties should contact Contracting Officer David M Santiago at david.santiago2@va.gov for further details regarding the solicitation.
    Q517--FY26: VISN 8 Pharmacy Emergent First Fill Prescription Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), is seeking qualified contractors to provide Emergent First Fill Prescription Services for VA beneficiaries within VISN 8, which includes locations in Florida and Puerto Rico. The procurement involves a Firm Fixed Indefinite Delivery Indefinite Quantity contract, covering a base period plus four option years, to deliver 24/7 pharmaceutical benefits management services, including filling new prescriptions and adhering to a specific emergency medication formulary. This service is crucial for ensuring timely access to medications for veterans in emergency situations, with strict requirements for confidentiality and compliance. Quotes are due by December 30, 2025, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Colleen Houser at colleen.houser@va.gov or by phone at 727-201-6880.
    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.
    6550--HEMOCHRON SIGNATURE ELITE REAGENTS BASE PLUS 4 OPTION YEARS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Hemochron Signature Elite Reagents, with a contract term of one base year and four option years, to support the Southern Arizona Healthcare System in Tucson, Arizona. The procurement includes a variety of specialized medical testing supplies essential for blood coagulation testing, with specific brand-name products required, as detailed in the attached documents. Timely delivery and compliance with FDA standards are critical, as these reagents will be used for patient testing in a healthcare setting. Interested vendors must submit their quotations by December 9, 2025, at 12 PM Pacific Time, and can direct inquiries to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    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.
    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.
    6505--Ustekinumab Pens/Syringes or Biosimilar
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Ustekinumab Pens/Syringes or Biosimilars, aimed at supplying various federal health entities including the Department of Defense, Bureau of Prisons, Indian Health Service, and Federal Health Care Center. The contract will be awarded for an initial period of one year, with the possibility of four additional one-year option periods, ensuring a consistent supply of these critical pharmaceutical products through the VA and DoD Pharmaceutical Prime Vendor Programs. Offerors must provide drugs with unique National Drug Code (NDC) numbers and ensure that any biosimilar products meet FDA licensing requirements, as outlined in the FDA Purple Book. The solicitation is expected to be released around January 12, 2026, with a tentative closing date of January 27, 2026; interested parties should direct inquiries to Chris Carthron at Christopher.Carthron@va.gov or (708) 786-4980.