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.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Fort Harrison VA Medical Center, is seeking Lab Anatomical Pathology Services through an unrestricted Request for Quote (RFQ) #36C25926Q0242. The government intends to award a firm-fixed-price contract for a five-year period, with an option to extend services for up to six months. Quotes are due by March 20, 2026, at 10:00 AM CST.
Purpose and Scope
This opportunity aims to procure comprehensive anatomical pathology and cytology testing services for the Montana Veterans Affairs Medical Center (MTVAMC) due to a lack of in-house Histopathology Technician capacity. The selected contractor will provide all necessary labor, supplies, equipment, IT, and supervision to perform these services at their own facility.
The scope includes a wide range of anatomical pathology procedures, such as basic consultation slides and blocks, various special stains (e.g., acid fast, gram, fungus, PAS, Congo Red/GMS), surgical pathology gross examinations (Levels I-VI), immunohistochemistry, crystal identification, evaluation of Fine Needle Aspirations (FNA), and decalcification. The contractor must also provide supplies for specimen transport from MTVAMC and return all VA-generated materials (blocks, slides, reports) within two days of processing or final diagnosis.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: July 1, 2026, to June 30, 2031 (five years), with a 6-month option to extend services.
- NAICS Code: 621511 (Medical Laboratories) with a $41.5 Million size standard.
- Set-Aside: Unrestricted
- Place of Performance: Contractor's facility for services; delivery and acceptance are F.O.B. Destination at Fort Harrison VA Medical Center, Fort Harrison, MT 59636.
Submission Requirements
- Questions Deadline: March 4, 2026, 10:00 AM CST. All questions must be submitted in writing.
- Quote Submission Deadline: March 20, 2026, 10:00 AM CST.
- Submission Method: Email quotes only to kadarius.griffin@va.gov (4MB email limit). Faxed or hand-carried quotes will not be accepted.
- Required Volumes: Quotes must include:
- Volume I: Technical capability demonstrating how the offeror meets the Statement of Work (SOW) requirements.
- Volume II: Price with a completed pricing schedule for all line items.
- Volume III: Past Performance (maximum of three recent and relevant efforts; CPARS evaluations are preferred, or detailed contract information including points of contact).
Evaluation and Award
The Government will award a contract on an "All or Nothing Basis" to the responsible offeror whose quote is most advantageous, considering price and other factors, using a comparative analysis. Evaluation factors are:
- Factor I: Technical capability or quality offered to meet the Government requirement.
- Factor II: Price.
- Factor III: Past Performance (relevancy and performance confidence). Offers that do not meet or exceed the technical capability requirements will not be selected, regardless of price.
Special Requirements
The contractor must be CLIA certified, a covered entity requiring a Business Associate Agreement (BAA), and comply with Joint Commission, College of American Pathologists (CAP), VHA Handbook 1106.01, and HIPAA regulations. Specific performance standards include processing surgical/cytological specimens within 24 hours of receipt and pathologist interpretations within two days. Contractor employees must complete VA cybersecurity and privacy training. Offerors are advised to contact only the Contracting Officer or Contract Specialist.