6640--Specimen Validity and Drug of Abuse of Abuse Reagent Supplies for the Minneapolis VA Health Care System
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), specifically the Minneapolis VA Health Care System, is conducting a Sources Sought for market research to identify businesses capable of providing Specimen Validity and Drug of Abuse Reagent Supplies. This is not a solicitation for offers, and no contract will be awarded from this announcement. Responses are due by May 7, 2026.
Scope of Work
The Minneapolis VA Health Care System requires FDA-approved reagents for specimen validity (nitrite, creatinine) and drug of abuse testing, specifically Fentanyl. Key requirements include:
- Reagents must be compatible with the Beckman AU480 analyzer.
- Fentanyl reagents require a cutoff value of 1.0 ng/mL and cross-reactivity with Nor-fentanyl ≥5%.
- Nitrite assay must be nitrite-specific colorimetric using the Griess test.
- Specific calibrator requirements for nitrite and fentanyl testing.
- The anticipated contract, if awarded, will be brand name only for all items listed in the Schedule of Items.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Five-year, brand name only contract (if awarded).
- Anticipated Period of Performance: October 1, 2026 – September 30, 2031.
- Response Due: May 7, 2026, 17:00 Central Time.
- Published: May 1, 2026.
Submission Requirements
Interested vendors must submit their organization's Unique Entity Identifier (UEI) and proof of capability via email to theresa.thunder@va.gov. Responses must also include answers to specific questions:
- Organization's socio-economic category.
- Manufacturer status (and authorized distributor letter if applicable).
- Certificate under FAR Provision 52.225-2(b) for country of origin.
- Whether supplies can be ordered against an existing government contract (e.g., FSS, GSA).
- Compliance with 13 CFR 121.406 (b)(1)(i), (b)(1)(ii), and (b)(1)(iii).
- Estimated shipping and delivery information.
Eligibility / Set-Aside
No set-aside is specified for this Sources Sought. However, the notice references potential applicability of VAAR 852.219-76 (Limitations on Subcontracting for Veteran-Owned Small Businesses) and FAR 52.219-14 (Limitations on Subcontracting for Small Businesses) if a future solicitation is set-aside.
Additional Notes
This notice is for planning purposes only and does not constitute a commitment by the Government to award a contract. The information gathered will aid in developing the acquisition strategy.