66--Cost-Per-Test, Clinical Laboratory AnalyzersSolicitation, Version R1

SOL #: 797-FSS-03-0001-R1Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NAC FEDERAL SUPPLY SCHEDULE (36F797)
HINES, IL, 60141, United States

Place of Performance

Place of performance not available

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Instruments And Laboratory Eqpt (66)

Set Aside

No set aside specified

Timeline

1
Posted
Jul 29, 2008
2
Last Updated
Mar 30, 2026
3
Response Deadline
Sep 12, 2020, 5:00 AM

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 proposals for a Worldwide Federal Supply Schedule Contract for FSC Group 66, Part III, Cost-Per-Test Clinical Laboratory Analyzers. This is a standing solicitation for Unrestricted competition, meaning offers can be submitted at any time. The contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) for a 5-year base period with up to three 5-year options, potentially extending the total performance to 20 years.

Purpose & Scope

This solicitation requires contractors to provide clinical laboratory analyzers on a Cost-Per-Test (CPT) and/or Cost-Per-Reportable-Result (CPRR) basis. The scope includes consumable supplies, standards, controls, reagents, disposables, installation, emergency repair, preventive maintenance, computer interface, and operator training for Government personnel. Analyzers must be new, state-of-the-art (with conditions for remanufactured), interface with the VA's VistA system, and provide actual test counts for invoicing validation. Contractors must have at least two years of corporate experience. All pricing must be based on a five-year period of performance.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) Schedule Contract
  • Duration: 5-year base period with up to three 5-year option periods (total potential 20 years)
  • Set-Aside: Unrestricted
  • Product Service Code: 6630 - Chemical Analysis Instruments
  • Minimum Guarantee: $2,500

Submission & Evaluation

This is a standing solicitation, allowing offers to be submitted at any time. Proposals will be evaluated based on Technical Acceptability (including Corporate Experience, Management Plan, Past Performance, General Liability Insurance) and Price. Offers must be submitted electronically to FSSOffersandExtensions@va.gov. Electronic submissions require digital or scanned wet signatures, and the SF1449 signature date must be no earlier than 10 calendar days prior to submission. The maximum file submission size is 10MB. Offerors must acknowledge all amendments.

Key Amendments & Updates

Numerous amendments have significantly updated the solicitation:

  • Electronic Submission: All offers must be submitted electronically to FSSOffersandExtensions@va.va.gov. Paper offers are no longer accepted.
  • Statement of Work (SOW) & Definitions: Amendment 0009 revised General Definitions (CPRR/CPT pricing, 5-year pricing basis) and the SOW, increasing corporate experience requirement to two years and detailing equipment capabilities, maintenance, training, and acceptance standards. Amendment 0011 further clarified analyzer capabilities for invoicing.
  • Contract Term & Options: Amendment 0017 incorporated GSAM Clause 552.238-116, allowing the Government to exercise up to three 5-year options, and clarified the standing solicitation process.
  • Economic Price Adjustment (EPA): Amendment 0018 introduced GSAM Clause 552.238-120 (Sep 2024) for EPA, replacing previous clauses.
  • Responsibility Evaluation: Amendment 0018 updated requirements for assessing offeror responsibility, including financial statements for new FSS offers.
  • Industrial Funding Fee (IFF): Amendment 0014 reduced the grace period for reporting sales and remitting IFF from 60 to 30 days.
  • FAR/GSAR/VAAR Clauses: Multiple amendments (0006, 0007, 0008, 0010, 0011, 0012, 0013, 0015, 0016) have added, deleted, or updated numerous clauses related to whistleblower protections, CAGE code, telecommunications/video surveillance (e.g., Kaspersky prohibition), small business, labor standards, EEO, and payment procedures. Offerors must review all updated clauses and templates.

Contact Information

For inquiries, contact the FSS Service Help Desk at helhelpdesk.ammhinfss@va.gov or 708-786-7737.

People

Points of Contact

Darlene McGaryContracting Officer Contracting OfficerPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 18
Pre-Solicitation
Posted: Mar 30, 2026
View
Version 17
Pre-Solicitation
Posted: Dec 23, 2025
View
Version 16
Pre-Solicitation
Posted: Dec 10, 2025
View
Version 15
Pre-Solicitation
Posted: Oct 22, 2025
View
Version 14
Pre-Solicitation
Posted: Oct 21, 2025
View
Version 13
Pre-Solicitation
Posted: Mar 31, 2020
View
Version 12
Pre-Solicitation
Posted: Sep 10, 2018
View
Version 11
Pre-Solicitation
Posted: May 15, 2018
View
Version 10Viewing
Pre-Solicitation
Posted: May 15, 2018
Version 9
Pre-Solicitation
Posted: May 25, 2016
View
Version 8
Pre-Solicitation
Posted: Feb 25, 2015
View
Version 7
Pre-Solicitation
Posted: Oct 1, 2014
View
Version 6
Pre-Solicitation
Posted: Jul 24, 2012
View
Version 5
Pre-Solicitation
Posted: Nov 18, 2011
View
Version 4
Pre-Solicitation
Posted: Nov 18, 2011
View
Version 3
Pre-Solicitation
Posted: Dec 28, 2010
View
Version 2
Pre-Solicitation
Posted: Jul 30, 2008
View
Version 1
Pre-Solicitation
Posted: Jul 29, 2008
View