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 19 (36C259), is soliciting proposals for Reference Laboratory Testing services for Veterans assigned to the Glasgow Community Based Outpatient Clinic (CBOC) in Glasgow, Montana. This requirement is for emergent and routine laboratory sample collection and testing when VA staff are unavailable or immediate results are needed. This is an Unrestricted Firm-Fixed-Priced Open-Market Blanket Purchase Agreement (BPA). Proposals are due by January 23, 2026, at 10:00 AM Mountain Time.
Scope of Work
Contractor responsibilities include providing laboratory tests authorized by a VA physician, performing services within the city limits of Glasgow, Montana, and adhering to strict patient identification procedures. Key services involve the collection and testing of samples that cannot be shipped (e.g., Blood Gas Analysis, Ammonia levels, cultures). Verified results must be transmitted 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. Offerors are responsible for lab processing, supplies, and including all staffing fees in their proposals. There is no guaranteed volume of services.
Contract Details
- Contract 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 Individual BPA Orders: Up to $50,000.00 per Order
- Authorized Ceiling Limit: $200,000.00 over the agreement period
- Set-Aside: Unrestricted (No Business Set-aside)
Submission & Evaluation
- Proposals Due: January 23, 2026, at 10:00 AM Mountain Time.
- Clarification Questions Due: January 21, 2026, at 10:00 AM Mountain Time.
- Submission Method: Electronically via email to Edward.Emerson@va.gov, Ernest.Appiah@va.gov, and NCO19lab@va.gov.
- Evaluation Factors: Technical (Pass/Fail), Past Performance, and Price. Technical evaluation requires demonstration of meeting SOW requirements, capability for listed tests, and proof of CLIA certification. Past Performance will be assessed via CPARS and PPIRS, with references required. Price will be 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, price and other factors considered. Offerors must acknowledge receipt of the amendment extending the due dates.
Additional Notes
No site visits are allowed. The incumbent contractor is Frances Mahon Deaconess Hospital. Offerors must ensure their pricing and terms are valid for a minimum of 120 calendar days from the solicitation closing date.