M5-Q52A-04-R6: 65VII Invitro Diagnostics, Reagents, Test Kits, & Test Sets
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), National Acquisition Center, is seeking offers for a Worldwide Federal Supply Schedule (FSS) Contract for Invitro Diagnostics, Reagents, Test Kits, & Test Sets (FSC Class Product Code: 6550). This is an open and continuous solicitation, allowing offers to be submitted at any time. The contract is a fixed-price with economic price adjustment, indefinite delivery, indefinite quantity (IDIQ) Multiple Award Schedule.
Opportunity Overview
This standing solicitation covers a broad range of In Vitro Diagnostic Substances, Reagents, Test Kits, and Test Sets. The purpose is to establish FSS contracts to provide these products to eligible ordering activities. The solicitation details terms and conditions, vendor instructions, evaluation factors, and required representations and certifications.
Contract Details
- Type: Fixed-Price with Economic Price Adjustment, IDIQ Multiple Award Schedule
- Duration: 5-year base period with options to extend up to 5 additional years (totaling 10 years).
- Minimum Guaranteed Order: $2,500.
- Set-Aside: No specific set-aside for the solicitation itself; however, various small business set-aside clauses are incorporated by reference, indicating potential for orders to be set aside for Small Businesses, HUBZone, SDVOSB, EDWOSB, and WOSB concerns.
Submission & Evaluation
Offers must be submitted electronically via eOffer to vafssoffers@va.gov. Paper offers will not be considered. Evaluation will be based on reasonable pricing and being most advantageous to the Government, considering factors such as price, past performance, quality, and delivery terms. The solicitation is continuous with no closing date for receipt of offers.
Key Amendments & Updates
Multiple amendments have been issued, updating various clauses and requirements:
- Amendment 0007 (most recent): Incorporates GSAM Clause 552.238-120 for Economic Price Adjustment (Sep 2024) and updates the Responsibility Evaluation (Oct 2025) and Signature Authority form (Aug 2025). This impacts financial responsibility requirements and signatory delegation.
- Amendment 0006: Updates numerous FAR clauses, including those related to Contractor Employee Whistleblower Rights (52.203-17), Offeror Representations (52.212-3), Contract Terms (52.212-5), and encouraging policies to ban text messaging while driving (52.226-8).
- Amendment 0005: Approves a class deviation to FAR subpart 22.8 (Equal Employment Opportunity) to align with Executive Order 14173, ending enforcement of policies related to the revoked E.O. 11246.
- Amendment 0004: Revises clause 552.238-80 (Industrial Funding Fee and Sales Reporting), reducing the grace period for reporting sales and remitting the IFF from 60 days to 30 days, effective for FY24 Q1.
- Amendments 0001, 0002, and 0003: Introduced various FAR/GSAR clause updates, revised pricing and subcontracting plan templates, and added clauses like "Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab" (52.204-23) and "Nonmanufacturer Rule" (52.219-33). Amendments 0001 and 0002 explicitly extended the offer receipt deadline, reinforcing the continuous nature of the solicitation.
Action Items & Important Notes
Offerors must demonstrate responsibility and meet minimum annual sales criteria ($150,000 commercial or $25,000 government). New offerors without an existing FSS contract must complete the GSA "Pathway to Success" seminar. Critical documents include the Vendor Response package, Pricelist Proposal Preparation, and Overseas Delivery Response forms. Acknowledge all amendments.