Q301--Lab Anatomical Service for Fort Harrison Montana
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.
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that shall provide services, for the following location at Montana Veterans Affairs Medical Center (MTVAMC), Pathology and Laboratory Medicine Services (P&LMS) 3687 Veterans Drive Fort Harrison MT 59636.
Scope
The Contractor shall provide all services necessary to perform reference laboratory anatomical pathology services for MTVAMC, including specimen preparation, testing, consultation, and reporting. All work shall comply with standard industry practices and FDA-approved methods (or validated non-FDA methods with documentation available upon request).
Specimen Testing
The Contractor shall process, fix, embed, stain, cut, and coverslip specimens, perform pathological analyses, and report findings within two (2) business days of receipt. Services include anatomical pathology, cytology, and related special stains and immunohistochemistry. Technical and Professional Components shall be billed separately. Procedures include, but are not limited to, the following (by CPT code) performed at the Contractor s laboratory:
a. 88321: Basic Consultation slides
b. 88323: Basic Consultation Blocks
c. 88312: Acid Fast/Gram/Fungus/PAS with Diastase
d. 88313: Congo Red/GMS
e. 88300: Surgical Path Level I Gross Exam only
f. 88302: Surgical Path Level II Gross/Micro
g. 88304: Surgical Path Level III Gross/Micro
h. 88305: Surgical Path Level IV Gross/Micro
i. 88307: Surgical Path Level V Gross/Micro
j. 88309: Surgical Path Level VI Gross/Micro
k. 88312: Special Stains Group 1, including Interpretation and Report
l. 88313: Special Stains Group 2, including Interpretation and Report
m. 88342: Immunohistochemistry or Immunocytochemistry + Immunoperoxidase Stain
n. 89060: Crystal Identification by Light Microscopy
o. 88173: Eval of FNA; Interpretation &Report
p. 88311: Decalcification
New tests not listed require prior approval and modification by the Contracting Officer (CO). Any test menu changes must be submitted to the CO and Point of Contact (POC) at least two (2) weeks before implementation.
Specimen Preparation, Storage, and Retention
The Contractor shall provide all materials and supplies required for specimen transport and processing, maintain specimen integrity through proper storage and handling, and return all anatomic pathology materials (slides, blocks, tissues, reports) to MTVAMC within two (2) days after processing or final diagnosis. A. The results of testing if applicable shall be reported within the prescribed turnaround times provided by MTVAMC as part of the test information.
Performance Monitoring & Compliance
The POC will monitor contract compliance through periodic reviews, documentation checks, and annual performance evaluations. Payments will only be made for verified services. The Contractor shall maintain compliance with CLIA, CAP, Joint Commission, OSHA, CDC.
Period of Performance
Base period: is March 1, 2026, to February 28, 2031. (one base year + four option years).
Delivery Schedule)
- Surgical Specimens: Not to exceed two (2) business days.
- Non-GYN Cytology: Not to exceed two (2) business days.
- GYN Cytology: Not to exceed two (2) business days.
NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran-Owned Small Business (SDVOSB); (2) Veteran-Owned Small Business (VOSB); (3) Small or emerging small business firms who can fulfill the requirement; and (4) Large businesses. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 12. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond.
NAICS code to be used for this acquisition is 621511. All interested firms who can MEET and FULFILL the requirements stated in the Summary of Requirements below should respond, in writing, with the following information:
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:
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
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? ________________
The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to future solicitation. This is not a request for quote (RFQ). No questions will be answered. The VA will not pay for any information received resulting from this source sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contracting Specialist. If your organization can provide all services of this potential requirement and is interested in this opportunity, please respond to Kadarius Griffin, Contracting Specialist, Department of Veterans Affairs, NCO 19. Or via email at Kadarius.Griffin@va.gov, and NCO19Lab@va.gov The deadline for this information to be received is Tuesday, November 25th, 10:00AM Central Standard Time. PHONE CALLS NOT ACCEPTED.