Q523-- Autotransfusion Services - Kansas City VAMC
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) has awarded PERFUSION.COM, INC. a contract for Autotransfusion Services at the Kansas City VA Medical Center (VAMC). The award, under solicitation number 36C25526Q0064, is valued at $382,050.00 and was made on March 9, 2026.
Scope of Work
This contract is for the provision of on-site Autotransfusion Services, which must meet or exceed national standards established by the American Board of Cardiovascular Perfusion. The contractor is required to provide a minimum of four credentialed Certified Autotransfusionists, with 24/7 on-call coverage for emergent cases, ensuring personnel availability within 30 minutes of the facility. Personnel must meet specific licensing, certification, and training requirements, including ACLS, BLS, VA Privacy and Information Security Awareness, and HIPAA training. Compliance with all applicable VA Directives, policies, and federal regulations is mandatory.
Contract Details
- Awardee: PERFUSION.COM, INC. (2250 MCGREGOR BLVD # 3300, FORT MYERS, FL 33901)
- Award Number: 36C25526D0039
- Award Amount: $382,050.00
- Award Date: March 9, 2026
- Contract Type: Indefinite-Quantity Contract
- Period of Performance: Base year (April 13, 2026 - April 12, 2027) with four (4) one-year option periods.
- Contract Maximum (Original Solicitation): $420,000.00
- Set-Aside: Unrestricted (as per original solicitation)
- Place of Performance: Kansas City, MO
Evaluation (Original Solicitation)
Proposals were evaluated based on Technical Capability, Past Performance, and Price, utilizing a best-value trade-off analysis.
Key Attachments (Original Solicitation)
Bidders were required to address several attachments, including a Quality Assurance Surveillance Plan (QASP), Organizational Conflict of Interest certification, Past Performance Contacts, Contractor Rules of Behavior, Contractor Certification for Immigration and Nationality Act compliance, and a Small Business Subcontracting Plan template. The Wage Determinations document (D.7) was critical for estimating labor costs, outlining minimum hourly rates and fringe benefits under the Service Contract Act.