Q301--Stat Referral Laboratory Testing
ID: 36C26324Q0870Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs (VA) issues a combined synopsis and solicitation (36C26324Q0870) to procure specialized Stat Referral Laboratory Testing services for the Minneapolis VA Health Care System. However, this solicitation is later canceled and removed from the procurement process.

    The VA's primary objective is to obtain accurate and prompt laboratory testing and consultation services for a five-year period, enhancing the healthcare system's diagnostic capabilities. The scope of work includes diverse testing categories, such as infectious disease assays, immunology analyses, and genetic tests, with a focus on advanced clinical testing. The government seeks a flexible and scalable solution, prioritizing speed and accuracy in test result turnaround times.

    To ensure the highest standards of healthcare services, the VA requires contractors to hold specific certifications and accreditations in pathology and laboratory improvement. Additionally, contractors must comply with immigration laws and employ only legally authorized foreign nationals. The VA encourages all businesses with relevant NAICS and PSC codes and active SAM registrations to apply.

    The procurement process will prioritize the quality and scope of services offered, with pricing as a secondary consideration. Vendors must submit detailed quotes outlining their capabilities and pricing structures by the specified deadlines. The initial question submission deadline was July 24, 2024, and the offer submission deadline was July 31, 2024, both at 11:00 AM Central Time.

    The solicitation includes several key documents:

    1. Quality Assurance Surveillance Plan: Outlines the government's monitoring process to assess the contractor's performance against defined standards.
    2. Organizational Conflict Certificate: Vendors must provide a certification statement ensuring compliance with impartiality requirements and the absence of organizational conflicts of interest.
    3. Immigration Certification: Contractors must certify compliance with immigration laws and the employment of only legally authorized foreign nationals.
    4. Schedule of Services: Provides an estimated quantity of tests required during the contract period, emphasizing the need for a comprehensive range of services.
    5. Wage Determination: Outlines the wage requirements for workers involved in the contract.

    Interested vendors should carefully review these documents, which provide essential details on expectations, certifications, and the submission process.

    For clarification or questions, vendors can contact Logan Gahring, the designated Contract Specialist, via email at logan.gahring@va.gov or by phone at 605-585-3908.

    Point(s) of Contact
    Logan GahringContract Specialist
    (319) 339-7113
    logan.gahring@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks to procure Stat Referral Laboratory Testing and Consultation Services for the Minneapolis VA Health Care System. The primary objective is to obtain these services for a five-year period, starting from September 1, 2024. This commercial service solicitation is open to all businesses, with active SAM registrations and relevant NAICS and PSC codes. The VA requires contractors to provide testing and consultation services outlined in the Performance Work Statement, emphasizing promptness and accuracy. The statement of work details the scope, including various testing categories and associated quantities estimated for the contract period. Offerors must submit quotes by the due date, email being the preferred method. Evaluation of proposals will consider past performance, with the price being a secondary factor. The VA encourages timely submission of quotes and clarifies that late quotes won't be considered. Key dates include the question submission deadline of July 24, 2024, and the offer due date of July 31, 2024, both at 11:00 AM Central Time. Interested parties should carefully review the attached documents, referenced as D.1 through D.5, which provide additional details on pricing schedules, immigration certification, and quality assurance. The solicitation document, incorporating FAR provisions, outlines submission instructions and contract clauses.
    The Department of Veterans Affairs issues an amendment to a previous combined solicitation. The focus is on canceling the solicitation numbered 36C26324Q0870 in its entirety. This cancellation affects the procurement of health services, specifically STAT laboratory referral testing, intended for the Minneapolis VA facility. Offerors were originally sought to provide these medical testing services, but the process is now being halted and will need to be restarted. The initial response date, critical for submitting proposals, was July 30, 2024, at 11:00 AM ET. Would you like to know anything else about this contract?
    The Department of Veterans Affairs seeks specialized STAT referral laboratory testing and consultation services for the Minneapolis VA Hospital over a five-year period. The primary objective is to obtain highly specialized diagnostic testing and consultation for the hospital's patients, including STAT and urgent drug level testing, special coagulation testing, and complex anatomic pathology evaluations. The estimated annual quantity of tests required is outlined in detail, with the potential for additional tests to be requested throughout the contract period. To ensure timely patient care, the VA specifies strict acceptable turnaround times for test results, favoring contractors who can commit to rapid reporting. The successful vendor must have the necessary licenses and accreditations, including College of American Pathologists and Clinical Laboratory Improvement Amendment, and comply with HIPAA requirements. They must also provide courier services for specimen transport within a 20-mile radius of the hospital, maintaining a 24/7 STAT courier service response time of 45 minutes or less. This firm, fixed-price, indefinite delivery/quantity contract has a ceiling of $2 million and a guaranteed minimum value of $200,000 over the five-year term. Vendors must submit their offers by the specified due date for consideration.
    The government laboratory seeks advanced clinical testing services for a wide range of medical conditions. These services include assays, staining procedures, culturing, and microscopic analyses. The focus is on procuring specialized testing capabilities for infectious diseases, immunology, genetics, and pathology. The laboratory requires highly technical expertise for tasks like DNA quantification, fungal susceptibility testing, and morphometric analysis. Vendors will be responsible for providing intricate lab work, from routine bacterial identification to complex neuropathology autopsies. The contract, spanning multiple years with annual renewals, emphasizes the procurement of diverse referral testing services, aiming to enhance the government's laboratory capabilities. Offers are requested with pricing details by the first quarter of the first year. For the first year, the estimated budget is $1067, while the subsequent years' budgets are to be determined. The procurement process will prioritize vendors who can provide a comprehensive range of services, accurately and efficiently. Contracts will be awarded based on the quality of services, with pricing being a secondary consideration. Shortlisted vendors will be asked to demonstrate their capacity to handle the specified tests and provide timely reports.
    The focus of this certification is on compliance with immigration laws and employment regulations pertaining to foreign nationals. The contractor is required to certify that they will adhere to the Immigration and Nationality Act of 1952 and related laws, ensuring that they do not knowingly employ illegal aliens or foreign nationals who have violated their status. This applies not only to the contractor but also to any subcontractors engaged. The certification mandates that the contractor complies with E-Verify requirements and relevant federal regulations. A breach of these requirements could lead to contract termination. This certification, carrying legal consequences, aims to ensure the legal employment of foreign nationals and serves as a crucial component of the procurement process for the U.S. Department of Veterans Affairs.
    The procurement objective of this RFP is to obtain healthcare services while ensuring the avoidance of organizational conflicts of interest. The focus is on impartial assistance and avoiding situations that may compromise the contractor's objectivity or grant an unfair competitive advantage. Offerors must provide certification statements detailing their compliance with the required standards, ensuring the absence of such conflicts for key personnel and subcontractors involved in the proposed services. This certification is a crucial aspect of the submission, along with concise statements outlining any relevant interests or potential conflicts and the strategies to mitigate them. The government aims to award a contract that promotes transparency and fairness in the delivery of healthcare services to the Veterans Administration.
    File one seeks a cutting-edge, AI-powered language model to revolutionize how the government processes and analyzes vast amounts of textual data. The primary procurement objective is to leverage the power of advanced natural language processing for automated analysis, extracting critical insights from unstructured text. The model must excel at understanding and generating human language, enabling efficient information retrieval and knowledge discovery. Specific requirements include the ability to process vast datasets, with a focus on accuracy, speed, and adaptability. The government seeks a modular and scalable solution, indicating a preference for a flexible architecture that can integrate with existing systems. Vendors should detail their technical approach, including algorithms, training methods, and performance metrics. The scope of work involves delivering a customized and trainable language model that can handle diverse data sources, from reports to citizen interactions. The model should assist in automating tasks like sentiment analysis, entity recognition, and generating summarized responses. Vendors are expected to collaborate in model training and testing, ensuring compliance with security and ethical guidelines. Contract details are not explicitly mentioned, but the project's ambitious nature suggests a substantial budget. Deadlines are not provided, but the urgency of the language processing needs implies a quick turnaround. Evaluation will likely focus on the model's accuracy, efficiency, and its ability to handle diverse datasets. The second file aims to enhance the government's cybersecurity posture by procuring an innovative, AI-driven security operations center (SOC) platform. The objective is to stay ahead of evolving cyber threats through real-time threat detection, analysis, and response. The SOC platform must integrate advanced AI and machine learning capabilities to streamline cybersecurity operations. Key specifications include the ability to analyze vast volumes of security data, such as network logs and cybersecurity events, detecting patterns and anomalies. The platform should leverage behavioral analysis and machine learning to identify sophisticated threats and enable proactive defense mechanisms. Vendors are expected to provide a comprehensive solution covering various cybersecurity aspects, including network, endpoint, and cloud security. In terms of scope, vendors will be responsible for implementing a centralized platform integrating multiple security tools and data sources. This includes integrating with existing security infrastructure, developing robust automated response capabilities, and enhancing incident investigation and management processes. Although contract details are not given, the procurement's strategic nature suggests a long-term commitment. Vendors are encouraged to propose innovative solutions, indicating a willingness to negotiate favorable terms. The evaluation process will likely prioritize the platform's effectiveness in threat detection, response time, and alignment with security objectives. Both files highlight the government's focus on harnessing AI's potential to enhance operational efficiency and effectiveness, seeking cutting-edge solutions from the vendor community.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach to evaluating the performance of a contracted service provider in the healthcare sector. The government seeks to monitor and assess the contractor's ability to meet specific performance standards related to timely medical testing and reporting. The plan focuses on impartially assessing the contractor's performance against defined standards for various medical tests and reports, including turnaround times for stat and urgent drug levels, cryoglobulin levels identification, and surgical pathology consultation. Surveillance is conducted by designated government representatives, with the Contracting Officers Technical Representative (COR) responsible for technical administration and monitoring. The COR, in this case Rachel Pike, ensures proper government oversight and promptly reports any incidents of non-compliance to the Contracting Officer. With clear performance standards and monitoring roles outlined, the QASP aims to maintain impartiality and consistency in evaluating the contractor's performance throughout the contract's duration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Q301--New Long-Term | Follow-On | Reference Lab Testing | POP: 8/15/2024 - 8/14/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks bids for a five-year contract, beginning August 15th, 2024, for reference laboratory testing services at the VA Portland Healthcare System, with potential additional sites in Oregon and Southwest Washington. The VA requires an experienced entity to perform a comprehensive range of clinical laboratory tests, encompassing chemistry, hematology, microbiology, and pathology. The successful awardee will have the capacity to handle both routine and specialized tests, ensuring efficient and accurate results. This service-disabled veteran-owned small business (SDVOSB) set-aside contract has the potential for a six-month extension and encourages SDVOSBCs to apply. Interested parties should take note of the solicitation number, 36C26024Q0793, and ensure their responses are submitted by the specified deadline to be considered.
    Sole Source Posting - Research Triangle Institute International
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified organization to provide semi-annual inspections and quarterly proficiency testing for the Minneapolis VA Healthcare System Forensic Toxicology Laboratory. The objective of this procurement is to ensure compliance with the Substance Abuse and Mental Health Administration (SAMHSA) and the Department of Health and Human Services National Laboratory Certification Program, which is essential for the laboratory to continue performing workplace drug testing for Veterans Administration Medical Centers across the United States. The contract is set to begin on October 1, 2024, and will span five annual ordering periods, with the primary contact for this opportunity being Joey Bloomer, who can be reached at joseph.bloomer@va.gov or by phone at 515-699-5549.
    6550-- Minneapolis VAMC - Supply - Microbiology Reagents IDIQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking suppliers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide microbiology reagents for the Minneapolis VA Medical Center (VAMC). The procurement specifically requires FDA-approved reagents for COVID, HIV, HCV, HPV, CTNG, and eGFR, which must be compatible with the facility's Roche COBAS 6800 and 480Z analyzers. This contract is crucial for maintaining the laboratory's operational capabilities and ensuring high-quality diagnostic services for veterans. Interested vendors must submit their qualifications, including their Unique Entity Identifier number and proof of capability, to Contracting Officer Joey Bloomer at joseph.bloomer@va.gov by September 17, 2024, as no contract awards will be made from this sources sought notice.
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for on-site Medical Technologist or Medical Laboratory Technician services at the Tennessee Valley Healthcare System (TVHS) facilities located in Nashville and Murfreesboro, Tennessee. The procurement aims to fill up to five positions under solicitation number 36C24924R0097, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will adhere to FAR Part 13 guidelines. These services are crucial for providing quality healthcare to veterans, ensuring timely and accurate laboratory results. Interested firms must be registered in the System for Award Management (SAM) to submit proposals by October 4, 2024, with the anticipated solicitation release date on or about September 5, 2024. For inquiries, contact Melvin Cole via email at melvin.cole@va.gov, as phone calls will not be accepted.
    Q301--Renal Transplant Reference Lab Lab - Portland - POP: 9/30/24-9/29/29
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Reference Laboratory Services for Transplant Infectious Disease Testing at the Portland facility. This procurement aims to establish a contract for laboratory testing services that are critical for managing renal transplant patients and ensuring their health and safety. The contract period of performance is set from September 30, 2024, to September 29, 2029, and interested parties can direct inquiries to Contract Specialist Hector D. Gonzalez at hector.gonzalez1@va.gov for further details.
    Q301--Anatomic Pathology (Multi-Station) RFQ 36C24424Q0892 replaces RFQ 36C24423Q1176 (Corrective Action) Tiered Soliciation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Anatomic Pathology services under solicitation number RFQ 36C24424Q0892, which replaces the previous RFQ due to corrective action. The contract aims to provide comprehensive pathology testing services for the Wilkes Barre and Philadelphia VA Medical Centers, with a performance period from September 1, 2024, through August 31, 2028. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal labor standards. Interested contractors must submit their offers by October 1, 2024, at 10:00 AM EDT, and inquiries should be directed to Amanda Saunders, the Contracting Officer, at amanda.saunders@va.gov.
    6640--Electrophoresis Testing VA VISN2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide electrophoresis testing services under an Indefinite Delivery contract for its Upstate New York Medical Center Laboratories located in Albany, Buffalo, and Syracuse. The contract will cover various types of electrophoresis testing, including Serum Protein Electrophoresis (SPEP), Urine Protein Electrophoresis (UPEP), Immuno-Fixation Electrophoresis (IFE), and Cerebral Spinal Fluid (CSF)/Oligoclonal Bands, which are critical for diagnosing conditions such as Multiple Myeloma and Multiple Sclerosis. The contract period is set from October 1, 2024, to September 30, 2029, with a submission deadline for quotes by 4:00 PM on September 23, 2024. Interested parties should direct inquiries to Contract Specialist Sam A DeMuzio at sam.demuzio@va.gov or call (585) 393-7735.
    6550--Notice of Intent to Sole Source - Minneapolis VA Medical Center - FDA-Approved CEDIA and DRI Drugs of Abuse Reagents, Calibrators, and Controls for Assays used with Beckman AU480 Analyzers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract to Microgenics Corporation for the procurement of FDA-approved CEDIA and DRI Drugs of Abuse reagents, calibrators, and controls specifically for use with Beckman AU480 analyzers at the Minneapolis VA Medical Center. This contract is critical as the Minneapolis VA's Toxicology Laboratory serves as the exclusive national provider for Federal Workplace Urine Drugs of Abuse Testing among VA Hospitals, necessitating compliance with HHS SAMHSA certification through the use of specific FDA-approved products. Interested vendors are invited to submit capability statements by September 18, 2024, to demonstrate their ability to meet the requirements, with all submissions directed to Contract Specialist Alisha Milander at Alisha.Milander@va.gov. The contract is set to commence on October 1, 2024, and will include multiple option years to support ongoing operational needs.
    Q523--Surgical Technologist/Technician Service Scrub Tech
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for On-Site Surgical Technician/Scrub Technician Services at the Minneapolis VA Hospital. The objective is to secure four Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options to extend for four additional years. This procurement is critical for enhancing healthcare services for veterans, ensuring that qualified personnel are available to meet the rigorous standards of care required in a military healthcare environment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by September 19, 2024, at 11:00 AM CST, and direct any questions to Contracting Specialist Morgan Galer at morgan.galer@va.gov or by phone at 605-585-3908. The total award amount is anticipated to be $34 million.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.