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 (RFP-797-FSS-04-0001-R3). This is a standing solicitation, meaning offers are accepted anytime. The opportunity is for reference laboratory services to support diagnosis, prevention, and treatment of diseases, and to assess patient health.
Purpose & Scope
This solicitation aims to establish long-term, government-wide contracts for medical laboratory testing. Services include pre-analytic processing, analysis, and interpretation of clinical and anatomical pathology specimens, specimen transportation, result reporting, and consultative services. Offerors must perform a minimum of 90% of the test menu items. This solicitation is not for facilities that only collect/prepare specimens or act as mailing services, nor does it include home diagnostic tests.
Key Requirements
Offerors must comply with all state, federal, and local regulations, licenses, permits, and accreditations (e.g., CLIA, CAP). This includes meeting out-of-state licensing requirements directly, without using subcontractors to circumvent them. Offered diagnostic testing services must fall under accepted Special Item Numbers (SINs), be classified under CLIA, and have Current Procedural Terminology (CPT) codes. Reagents must be FDA cleared or identified as Laboratory Developed Tests (LDT). Only new items are accepted; refurbished or "grey market goods" are prohibited. The Trade Agreements Act applies, with origin determined by the firm's establishment country. Malpractice liability insurance of at least $1,000,000 per occurrence and HIPAA compliance are mandatory.
Geographic Coverage
Offerors may propose service to individual states or nationwide coverage (48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. territories). A minimum of one state is required for consideration. Supporting documentation for licensing and accreditation is critical for proposed geographic areas.
Contract Details & Terms
This is a Fixed-Price with Economic Price Adjustment (EPA), Indefinite-Delivery, Indefinite-Quantity (IDIQ) MAS contract. The initial contract term is 5 years from the date of award, with options to extend for up to three additional 5-year periods. A minimum guarantee of $2,500 applies. The Industrial Funding Fee (IFF) reporting and remittance grace period has been reduced from 60 to 30 days, effective FY24 Q1.
Submission & Evaluation
As a standing solicitation, offers can be submitted electronically anytime via email to vafssoffers@va.gov. Required documents include Vendor Response Document 02 and Pricelist Proposal Preparation Document 03. New offerors without an existing FSS contract must complete GSA's "Pathway to Success" seminar. Evaluation is 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. Updated Responsibility Evaluation (October 2025) requires submission of financial statements or alternative documentation.
Important Notes
All electronic and information technology must be Section 508 compliant. Payment requests must be submitted electronically via VA's Tungsten system.