M5-Q52A-04-R6: 65VII Invitro Diagnostics, Reagents, Test Kits, & Test Sets
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), National Acquisition Center, has issued a standing solicitation (M5-Q52A-04-R6) for a Worldwide Federal Supply Schedule (FSS) Contract for Invitro Diagnostics, Reagents, Test Kits, & Test Sets (PSC 6550). This is an open and continuous solicitation, meaning offers can be submitted at any time.
Purpose & Scope
This solicitation seeks to establish Multiple Award Schedule contracts for a comprehensive range of Invitro Diagnostic Substances, Reagents, Test Kits, and Test Sets. The FSS program provides a streamlined procurement vehicle for federal agencies to acquire these essential medical supplies. The scope includes terms and conditions for goods and services, vendor instructions, evaluation factors, and offeror representations and certifications.
Contract Details
- Type: Fixed-Price with Economic Price Adjustment (EPA), Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule contract.
- Duration: Contracts will be in effect for a 5-year base period, with options to extend for up to three additional 5-year periods, potentially totaling up to 20 years.
- Minimum Order: $2,500.
- Set-Aside: No specific set-aside for the solicitation itself; however, individual task orders placed against the resulting FSS contracts may be set aside for various small business categories, including Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business (WOSB) concerns.
Key Requirements & Submission
Offerors must submit proposals electronically via eOffer to vafssoffers@va.gov, adhering to specific formatting and naming conventions. Eligibility requires demonstrating responsibility and the ability to fulfill contract obligations, including minimum annual sales criteria ($150,000 in commercial sales or $25,000 in government sales). New offerors without an existing FSS contract must complete the GSA "Pathway to Success" education seminar. Required documents include detailed pricing sheets (e.g., Price Proposal, CSP-1, NonManufacturers, Price Analysis), vendor response forms, and potentially overseas delivery response forms.
Amendments & Updates
Several amendments have been issued, with the most recent (Amendment 0008, posted April 16, 2026) formally establishing this as a standing solicitation with no closing date for offers and clarifying the FSS contract extension terms. Other significant amendments include:
- Amendment 0007 (latest version posted March 30, 2026): Incorporates GSAM Clause 552.238-120 for Economic Price Adjustment and updates the Responsibility Evaluation (Oct 2025) and Signature Authority form (Aug 2025).
- Amendment 0004 (posted March 30, 2026): Revises clause 552.238-80, reducing the grace period for Industrial Funding Fee (IFF) sales reporting and remittance from 60 to 30 days, effective for FY24 Q1. The IFF remains 0.5%.
Evaluation & Award
Offers will be evaluated based on reasonable pricing and being most advantageous to the Government, considering factors such as price, past performance, quality, and delivery terms.
Contact Information
For inquiries, contact the FSS Service Helpdesk at fss.help@va.gov or 708-786-7737.