Q301--Actionable-554 (LAB) | NEW - Prostate Testing, Urine, Non Invasive
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.
REQUEST FOR INFORMATION / SOURCES SOUGHT SYNOPSIS
The Department of Veterans Affairs Network Contracting Office (NCO) 19, Rocky Mountain Acquisition Center (RMAC) is issuing this source sought notice as a means of conducting market research to identify parties having an interest in providing Non-Invasive Prostate Testing Kits, to support the Rocky Mountain Regional VAMC located at 1700 N. Wheeling St. Aurora, CO 80045. The result of this market research will contribute to determining the method of procurement.
Contractor shall provide a non-invasive urine based molecular liquid biopsy test for men such that the test provides a risk score that helps to differentiate patients with high from a low risk of aggressive prostate cancer and thus indicate the need for a prostate biopsy. The test risk score should be based on an analysis of RNA markers and should not incorporate PSA levels in its algorithm, nor require the DRE (digital rectal exam) prior to collection of the urine specimen. for Pathology and Laboratory Medicine department at the Rocky Mountain Regional VA Medical Center (RMRVAMC).
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621511 (Medical Laboratories).
This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a solicitation. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
IN RESPONSE TO THIS ANNOUNCEMENT, PLEASE PROVIDE THE INFORMATION BELOW. IF THIS INFORMATION IS NOT PROVIDED, THEN IT WILL BE ASSUMED THE ENTIRE REQUIREMENT CANNOT BE MET AND YOUR QUOTE WILL NOT BE INCLUDED AS A POTENTIAL SOURCE.
NAICS Code: 621511
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
FSS/GSA Contract Holder:
Yes No
FSS/GSA Contract Number:
Effective Date/ Expiration Date:
Proposed solution is listed and available on the above FSS/GSA Contract:
Yes No
Available pricing structure of proposed solution (select all that are applicable below):
Pricing Model
Please Indicate Availability Below: (Yes / No / NA)
All on FSS
Open Market only
Mix of FSS & Open Market
(CPRR) Cost Per Reportable Result
Cost Per Test(CPT)
Reagent Rental Agreement
Equipment Rental with Reagent Purchase
Fixed Monthly Charge
Other: (Please explain)
Federal Acquisition Regulation (FAR) Market Rearch Questions:
Buy American Act (FAR 52.225) What percentage of the proposed product (including leases) is a:
Domestic end product? _____________ (%)
Foreign end product? _______________ (%)
Questions for Small Businesses ONLY:
Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________
If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________
Nonmanufacturer Rule (FAR 52.219-33):
Does your company manufacturer these proposed items? [Â ] yes [Â ] no
Does your company exceed 500 employees? [Â ] yes [Â ] no If yes, list # of employees: _________
Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [Â ] yes [Â ] no
Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [Â ] yes [Â ] no
Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [Â ] yes [Â ] no If yes, what is the manufacturer s name? ________________
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and only one awards WILL be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SUBMISSION INSTRUCTIONS: If your organization can provide these services and is interested in this opportunity, please respond to Alejandra Sierra, Contracting Specialist, Department of Veterans Affairs, NCO 19, 6162 South Willow Drive, Suite 300, Greenwood Village, Colorado 80111 or via e-mail at Alejandra.Sierra@va.gov and NCO19Lab@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address, and state the company s business size status and should address this specific requirement, with appropriate documentation supporting claims of organizational and staff capability. Please provide your SAM UNIQUE ID and be as thorough as possible in your submission. The deadline for responses is Tuesday, December 16, 2025 at 08:00 AM mountain time.