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 soliciting proposals for Medical Laboratory Testing & Analysis Services under the Federal Supply Schedule (FSS) program, specifically SIN 621II. This opportunity aims to establish indefinite-delivery, indefinite quantity contracts for reference laboratory services essential for diagnosis, prevention, and treatment of diseases. Proposals are due November 30, 2026, at 3:00 PM EST.
Scope of Work
This solicitation is for facilities performing medical laboratory testing, excluding those solely for specimen collection/preparation or mailing services. Services must fall under accepted Special Item Numbers (SINs) and Clinical Laboratory Improvement Amendments (CLIA) specialties/subspecialties, requiring Current Procedural Technology (CPT) codes. Home diagnostic tests are not permitted. Reagents must be FDA cleared or identified as Laboratory Developed Tests (LDTs). Only new items are accepted; grey market or refurbished products are prohibited. The Trade Agreements Act applies, with origin determined by the firm's establishment.
Key Requirements & Geographic Coverage
Offerors must comply with all state, federal, and local regulations, licenses, permits, and accreditation. This includes holding the originating state's clinical laboratory permit/license directly, without using subcontractors to circumvent requirements. Offerors can propose service to individual states or nationwide. Nationwide coverage requires comprehensive supporting documentation for all states. The minimum geographic coverage for consideration is one state.
Contract & Timeline
- Type: Indefinite-Delivery, Indefinite Quantity (IDIQ) under Federal Supply Schedule (FSS)
- Set-Aside: None specified
- Response Due: November 30, 2026, 3:00 PM EST
- Published: December 23, 2025
Amendments & Submission Impact
Recent amendments have updated the Economic Price Adjustment clause (GSAM 552.238-120), revised Responsibility Evaluation requirements (including financial statements for new offers), and updated the Signature Authority form. An earlier amendment clarified that offerors are not strictly required to provide nationwide coverage, allowing for awards based on individual state coverage, while reinforcing strict state-specific licensing. Offerors must acknowledge all amendments. Detailed pricing information is required via provided Excel sheets, covering various scenarios including Test Send-Outs and Non-Test Send-Outs.
Contact Information
For inquiries, contact the FSS Help Desk at Fss.Help@va.gov or 708-786-7737.