Primary Reference Laboratory Services VISN 1
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 Veterans Integrated Service Network (VISN 1), has issued a Presolicitation Notice for upcoming requirements for Primary Reference Laboratory Testing Services, Courier Services, and Phlebotomy Services. These services will support multiple VISN 1 Community Based Outpatient Clinics (CBOCs). This notice is for informational and planning purposes only and is NOT a request for proposal. Interested firms must submit a capability statement within 15 days of the notice publication (March 25, 2026).
Scope of Work
The VA VISN 1 requires a comprehensive suite of laboratory services. Key requirements include:
- Primary Reference Laboratory Testing: A full range of reference laboratory services, including analytical testing and reporting of results.
- Courier Services: Transportation of clinical laboratory specimens, including intraVISN transport.
- Phlebotomy Services: Specimen collection facilities within the VISN 1 area for phlebotomy services.
- Ancillary Services: Consultative services, telepathology capabilities, and an integrated electronic directory of services.
- Technical Integration: Laboratory Information System (LIS) Interface with current VISTA LIS and future VA LIS systems.
Draft documents, including a Performance Work Statement (PWS), Draft Solicitation, and Attachments A-D, are available for review. Attachment A details the 5-year test menu and pricing structure, while Attachment C outlines pricing for other services like phlebotomy and courier. Attachment B provides facility locations and contacts within VISN 1.
Contract & Timeline
- Type: Anticipated 5-Year Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Pricing will be based on Cost Per Test (CPT), Cost Per Reportable Test (CPRR), and Transport Services.
- Set-Aside: None specified in this presolicitation notice.
- Published Date: March 25, 2026
- Capability Statement Due: Within 15 days of the notice (by April 9, 2026).
Submission & Eligibility
This is a presolicitation notice; therefore, no proposals are being requested at this time. Firms interested in this future award must:
- Have a current and active registration in SAM.gov with no active exclusions or debt subject to offset.
- Be found responsible in accordance with FAR 9.1 – Responsibility of Prospective Contractor.
- Submit a capability statement describing their firm’s ability to meet the Government’s requirement. This statement should be sent in writing to the identified Contract Specialist.
Additional Notes
This notice does not constitute a Request for Proposals and does not commit the Government to award a contract. Responses are not offers, and the Government is under no obligation to award a contract. No funds are available for response preparation, and all submitted information is voluntary.