6640--Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)
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.
REQUEST FOR INFORMATION / SOURCES SOUGHT INQUIRY
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTATION (RFQ). The Department of Veterans Affairs Network Contracting Office (NCO) 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources that can provide Polymerase Chain Reaction (PCR) Molecular Diagnostic Cost Per Test (CPT). The Cost Per Test pricing shall include: All equipment (s), comprehensive maintenance, software and hardware upgrades, workstations, servers, training, a Quality Control program, reagents, standards, controls, supplies, consumables, disposable items, parts, accessories, printers, uninterruptable power supply (UPS), and any other item required for the proper operation of its contractor-owned automated molecular testing instruments and peripherals necessary for the generation of accurate automated molecular virology results. result price shall include all costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories, maintenance and any other item required for the proper operation of the contractor s equipment and necessary for the generation of a patient reportable result.
The instrument shall be able to simultaneously perform the complete profile as described below and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI).
The Contractor shall provide two (2) analyzers, for which the analyzers shall conform to the following: Analyzers shall be capable of performing the Molecular Diagnostic Testing Polymerase Chain Reaction (PCR) tests with minimal hands-on time by VA medical technologists:
Respiratory pathogen Panel
Blood Culture Identification panel to include Gram negative bacteria
Gram positive bacteria and Fungus Identification
Streptococcus panel to include Strep group C/G strep and Strep group A strep
The equipment (s) will be located at the following locations:
VA Medical Center Fort Harrison Montana: 3687 Veterans Drive, Fort Harrison, MT 59636.
Benjamin Steele VA Clinic: 1766 Majestic Lane Billings, MT 59102.
The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. Business Size Standard is 1,000 Employees.
The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for quotation. No questions will be answered. The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contracting Officer. If your organization can provide these services and is interested in this opportunity, please respond to Ernest Appiah, Contract Specialist, Department of Veterans Affairs, NCO 19 via e-mail Ernest.Appiah@va.gov and NCO19lab@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Please fill in and return the contractor information below. The deadline for this information is 9 AM Mountain Time, Monday January 5th, 2026.
In response to this announcement, please provide the information below:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
FSS/GSA Contract Holder:
Yes No
FSS/GSA Contract Number:
Effective Date/ Expiration Date:
Proposed solution is listed and available on the above FSS/GSA Contract:
Yes No
Available pricing structure of proposed solution (select all that are applicable below):
Pricing Model
Please Indicate Availability Below: (Yes / No / NA)
All on FSS
Open Market only
Mix of FSS & Open Market
Cost Per Test (CPT)
Other: (Please explain)
Federal Acquisition Regulation (FAR) Market Rearch Questions:
Questions for Small Businesses ONLY:
Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________
If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________