Q301--Reference Lab Testing
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 conducting a Sources Sought / Request for Information (RFI) to identify qualified Small Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Veteran-Owned Small Businesses (VOSB) capable of providing Reference Laboratory Testing Services for the Phoenix VA Healthcare System in Phoenix, Arizona. This market research aims to determine if the procurement can be set aside for a specific small business type. Responses are due by Tuesday, April 14th, 2026, at 08:00 AM PDT.
Scope of Work
The Contractor shall provide comprehensive reference laboratory testing services for the test menu detailed in Attachment A. This includes all necessary supplies, packaging, testing, transportation of specimens, and reporting of results, as outlined in the DRAFT Statement of Work (Attachment B). The services are required for the Phoenix VA Healthcare System.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 621511 - Medical Laboratories
- Product/Service Code: Q301 - Reference Laboratory Testing
- Response Due: April 14, 2026, 08:00 AM PDT
- Published: April 1, 2026
Evaluation
Responses will be used solely for market research and planning purposes to make appropriate acquisition decisions. The Government will evaluate the submitted information to determine if there are sufficient small business concerns of a particular type capable of performing the work, which will inform whether this procurement should be set aside. Failure to provide detailed information, especially regarding CLIA certifications and specific capability statements, may be viewed as a lack of ability and could affect the set-aside determination.
Required Information for Response
Interested contractors must submit the following via email to Clift.Domen@va.gov:
- Company name, address, point of contact details (phone, fax, email).
- Contractor’s Unique Entity ID (SAM) number.
- Contractor’s small business type (e.g., SDVOSB, VOSB, 8(a), HUB-Zone, WOSB, SDB, Small Business) and confirmation of "small" status under NAICS 621511.
- Completed Attachment A, providing laboratory identity, location, and CLIA certification number for each test.
- Copy of the Contractor’s CLIA Certificate of Accreditation for each performing laboratory location, identifying specialties/subspecialties.
- For subcontractors: Letter of commitment on letterhead, identifying tests, confirming performance, and stating CLIA certification for each location.
- A detailed capability statement demonstrating experience with reference lab testing (specimen collection, transport, testing, results reporting). This must include specific reference contracts (legal name of entity, contract number, detailed tasks, dates, verifiable POC). General statements are not acceptable.
- If using subcontractors, provide the same reference contract details for each subcontractor.
Additional Notes
This RFI is for information and planning only and does not constitute a solicitation. Responses are not offers and cannot form a binding contract. Responders are responsible for all associated expenses. All contractors must be registered in SAM.gov with current Representations and Certifications.