R602--VISN 12 (WI, IL, MI) Reference Lab Courier Services
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 Contracting Office 12, has issued a solicitation for Reference Lab Courier Services across VISN 12, covering locations in Wisconsin and Illinois. This requirement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Quotes are due by February 20, 2026.
Scope of Work
The contractor will provide all labor, vehicles, and equipment to transport laboratory specimens, pharmaceuticals, microbiology cultures, reagents, and supplies between eight VA Medical Centers and various Community-Based Outpatient Clinics (CBOCs). Key requirements include:
- Temperature Control: Maintaining integrity for ambient, refrigerated, incubated, and frozen specimens.
- Logistics: Managing 44 specific routes with defined pickup/drop-off windows as detailed in the provided Route Schedule.
- Technology: Implementation of a real-time location tracking system for all drivers.
- Compliance: Adherence to DOT and OSHA regulations, as well as VHA Directive 1192 regarding influenza vaccination or masking for personnel.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Period of Performance: Base period (April 1, 2026 – September 30, 2026) plus three one-year option periods.
- Set-Aside: 100% SDVOSB (SBA verification required)
- Response Due: February 20, 2026, at 1:00 PM CST
- Questions Due: February 12, 2026, at 8:00 AM local time
Evaluation
Award will be based on Price and Technical factors. The technical quote must demonstrate relevant experience, operational approach, fleet/driver capability, tracking system details, and a comprehensive training plan. The Government may select an offer other than the lowest price if it is determined to be more advantageous.
Additional Notes
Bidders must submit a completed SF 1449, Price Schedule (Attachment A), and Certificate of Liability Insurance. Electronic invoice submission via the Tungsten Network will be required for the awardee.