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 NETWORK CONTRACT OFFICE 19 (36C259), is soliciting proposals for Reference Laboratory Testing services for the Glasgow Community Based Outpatient Clinic (CBOC) in Glasgow, Montana. This is an unrestricted opportunity for a Firm-Fixed-Priced Open-Market Blanket Purchase Agreement (BPA). The purpose is to provide emergent and routine laboratory sample collection and testing when VA staff are unavailable or immediate results are needed. Proposals are due by February 4, 2026, at 2:00 PM MST.
Scope of Work
The contractor will provide laboratory tests authorized by a VA physician, with services performed within Glasgow, MT city limits. Key requirements include strict patient identification, collection and testing of non-shippable samples (e.g., Blood Gas Analysis, Ammonia levels, cultures), and transmission of verified results via fax to the Glasgow VA Clinic and VA Fort Harrison Laboratory. The contractor must be accredited by CAP, CLIA, or JC, and personnel must be licensed and competent. The offeror is responsible for lab processing, supplies, and staffing fees. There is no guaranteed volume; services are provided as needed. The incumbent contractor is Frances Mahon Deaconess Hospital.
Contract Details
- Type: Firm-Fixed-Priced Open-Market Blanket Purchase Agreement (BPA)
- Period of Performance: February 10, 2026, through February 9, 2031 (Base Year + 4 Ordering Periods)
- Estimated Value: Up to $50,000.00 per individual BPA Order, with an Authorized Ceiling Limit of $200,000.00 over the agreement period.
- Set-Aside: Unrestricted / No Business Set-aside
- Response Due: February 4, 2026, by 2:00 PM MST
- Published Date: January 28, 2026 (latest amendment)
Submission & Evaluation
Proposals must be submitted electronically via email to Edward.Emerson@va.gov, Ernest.Appiah@va.gov, and NCO19lab@va.gov. Offerors must acknowledge receipt of Amendment 0003. Evaluation factors include:
- Technical (Pass/Fail): Demonstration of meeting SOW requirements, capability for listed tests, and proof of CLIA certification.
- Past Performance: Assessed via CPARS and PPIRS, with references required.
- Price: Evaluated for reasonableness based on the Cost Per Test (CPT) schedule. Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors. Offerors should ensure pricing and terms are valid for a minimum of 120 calendar days.
Additional Notes
No site visits are allowed. Offerors are strongly advised to read the entire amended solicitation, especially the Statement of Work, Instruction to Offerors, and Evaluation criteria.