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), Network Contract Office 5 (36C245), is soliciting proposals for Reference Laboratory Testing Services for six Veterans Affairs Medical Centers (VAMCs) within VISN 5. This opportunity seeks to award two single-award, Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts, one for the Eastern Region and one for the Western Region. The estimated maximum contract value is $45,000,000 over a five-year period, with a guaranteed minimum of $15,000.00. This is an Unrestricted acquisition, but SDVOSB/VOSB status will be considered during evaluation. Proposals are due by March 13, 2026, at 5:00 PM EDT.
Scope of Work
Contractors will provide comprehensive reference testing laboratory services, including specimen preparation, storage, transportation, analysis, and reporting. Services are required for multiple VA facilities across the Eastern Region (Beckley VAMC, Martinsburg VAMC, VA Maryland Health Care System, Washington DC VAMC) and Western Region (Louis A. Johnson VAMC, Huntington VAMC, and Clarksburg VAMC). Key requirements include:
- Laboratories must be fully licensed and accredited (e.g., CAP, TJC, CLIA certified).
- Contractor must provide all necessary labor, supplies, equipment, and supervision.
- Specific requirements for STAT and routine specimen transportation, testing capabilities, reporting, and customer service.
- Provision of on-site specimen processing services.
- Implementation of a data management system and telecommunications/computer services for electronic data transmission, including a VistA interface.
Contract & Timeline
- Contract Type: Two Single Award Firm Fixed Price Indefinite Quantity (IDIQ) contracts.
- Period of Performance: 5 years (Task orders up to 9/30/2031; delivery 180 days after contract expiration).
- Estimated Maximum Value: $45,000,000.
- Guaranteed Minimum Value: $15,000.00.
- Set-Aside: Unrestricted (NAICS Code: 621511 - Medical Laboratories).
- Questions Due: February 13, 2026, 2:00 PM ET.
- Proposals Due: March 13, 2026, 5:00 PM EDT.
- Published Date: February 23, 2026 (latest amendment).
Evaluation
Proposals will be evaluated based on Technical Capability, Past Performance, Price, and SDVOSB/VOSB Evaluation Factors. Technical and Past Performance are significantly more important than Price. Key technical subfactors include Licensing & Insurance, OIT MOU/ISA, Plan to Meet Turnaround Times, Resumes, Transportation Plan, and Transition Plan.
Additional Notes
Offerors may submit proposals for one or both regions. All prospective contractors must be registered in the System for Award Management (SAM). Bidders must also complete and submit the VAAR 852.219-75 certification for compliance with subcontracting limitations. Attachments include detailed line item pricing sheets for both Eastern and Western regions, a Past Performance Questionnaire, MOU/ISA intake form instructions, and various Service Contract Act Wage Rate Schedules relevant to the performance locations.