RFP-797-FSS-04-0001-R3: 621II Medical Laboratory Testing & Analysis Services
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) is seeking proposals for Medical Laboratory Testing & Analysis Services under a Federal Supply Schedule (FSS) Multiple Award Schedule (MAS) contract. This is a standing solicitation with no closing date, allowing offers to be submitted at any time. The opportunity, identified as RFP-797-FSS-04-0001-R3, aims to establish long-term contracts for reference laboratory services for diagnosis, prevention, or treatment of diseases.
Scope of Work
This solicitation is for reference laboratory services, including pre-analytic processing, analysis, and result interpretation for clinical and anatomical pathology specimens. Offerors must provide transportation of specimens, reporting of results, and consultative services. Key requirements include maintaining all necessary state, federal, and local licenses, permits, and accreditations, including out-of-state licenses. Offerors must meet these requirements directly and cannot use subcontractors to circumvent them. Services must fall under accepted Special Item Numbers (SINs) and CLIA specialties with CPT codes; home diagnostic tests are excluded. Only new items and equipment are permitted.
Contract Details
- Contract Type: Indefinite-delivery, indefinite quantity (IDIQ) Multiple Award Schedule (MAS) contract, fixed-price with economic price adjustment.
- Period of Performance: Initial 5-year term, with options to extend for up to three additional 5-year periods (total potential 20 years).
- Set-Aside: None specified; open to all responsible offerors. Small business subcontracting plans are required for "other than small businesses" with offers exceeding $700,000.
- Geographic Coverage: Offerors may propose service to individual states (minimum one state) or nationwide.
- Industrial Funding Fee (IFF): Reporting and remittance grace period reduced to 30 days after the close of each quarter.
Submission & Evaluation
Proposals must be submitted electronically to vafssoffers@va.gov. Required documents include Vendor Response Document 02 and Pricelist Proposal Preparation Document 03. Evaluation will be based on a "best value" determination considering price, past performance, quality, and expertise. A pre-award review may be conducted for offers exceeding $3,000,000 annually. Offerors must acknowledge all amendments, including updates to the Responsibility Evaluation (Oct 2025) and Signature Authority form (Aug 2025).
Key Amendments & Updates
Recent amendments clarify that this is a standing solicitation with no fixed closing date. Geographic coverage requirements have been revised to allow awards for individual states, not just nationwide. The Industrial Funding Fee (IFF) reporting and remittance period has been shortened to 30 days. Updates to Economic Price Adjustment clauses, Responsibility Evaluation, and Signature Authority forms have also been incorporated.