Q301--VISN 5 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), specifically the Network Contract Office 5 (36C245), is soliciting proposals for Reference Laboratory Testing Services for VISN 5 facilities across Eastern and Western regions. This opportunity involves two single-award, Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with an estimated maximum value of $45,000,000 over five years. Proposals are due March 13, 2026, at 5:00 PM EDT.
Scope of Work
Contractors will provide comprehensive reference testing laboratory services, including specimen preparation, storage, transportation (routine and STAT), analysis, and reporting. Services are required for six VAMCs, including those in Washington D.C., Maryland, and West Virginia. Key requirements include providing on-site specimen processing, maintaining necessary licenses/accreditations (e.g., CAP, TJC, CLIA), and integrating with the VA's VistA interface for electronic data transmission.
Contract Details
- Contract Type: Two Single Award Firm Fixed Price Indefinite Quantity (IDIQ) contracts.
- Period of Performance: 5 years (Task orders up to 9/30/2031).
- Estimated Value: Maximum $45,000,000; Guaranteed Minimum $15,000.00.
- Set-Aside: Unrestricted, with evaluation factors for SDVOSB/VOSB status.
- NAICS Code: 621511 (Medical Laboratories).
- PSC Code: Q301 (Reference Laboratory Testing).
Key Amendments & Clarifications
Amendment 0002, issued February 25, 2026, provides critical clarifications:
- Line Item Entry: Vendors must use Column AN for test codes and Column BG for descriptions in line item attachments.
- Removed Items: Ambiguous "Mail Out codes" from the Eastern Region and specific Breast IHC line items from the Western Region have been removed from the RFP and will not require pricing.
- Drug Screen Pricing: Pricing for drug screens is for the total panel, not individual drugs.
- STAT Transportation: Washington D.C. requires 96 STAT pickups per month; other facilities require 0.
- Resume Requirement: Attestation letters are acceptable for onsite processor resumes.
- Proposal Size: The entire proposal is limited to 20MB.
- Line Item Cross-Matching: Offerors will not be disqualified for inability to crossmatch every single line item, but a bulk of tests must be matched.
Submission & Evaluation
- Proposals Due: March 13, 2026, 5:00 PM EDT, via email to alison.klein@va.gov.
- Evaluation Factors: Technical Capability, Past Performance, Price, and SDVOSB/VOSB status. Technical and Past Performance are significantly more important than Price.
- Required Attachments: Offerors must submit a completed VAAR 852.219-75 Certificate of Compliance with Limitations on Subcontracting.
Contact Information
- Primary Point of Contact: Alison L Klein, Contracting Officer, alison.klein@va.gov.