Q--621 II Solicitation Refreshment R3 Medical Laboratory Testing & Analysis Services RFP-797-FSS-04-0001-R3
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), through its NAC Federal Supply Schedule (36F797) office, is seeking proposals for 621II Medical Laboratory Testing & Analysis Services under Solicitation RFP-797-FSS-04-0001-R3. This is a standing solicitation for the Federal Supply Schedule (FSS) program, establishing Indefinite-Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule (MAS) contracts for medical laboratory testing. Proposals are due by November 30, 2026.
Scope of Work
This opportunity covers reference laboratory services for medical laboratory testing essential for diagnosis, prevention, or treatment of diseases, and patient health assessment. Services include pre-analytic processing, analysis, and result interpretation for clinical and anatomical pathology specimens, specimen transportation, reporting, and consultative services. Facilities that only collect/prepare specimens or act as mailing services are excluded.
Offerors must comply with all state, federal, and local regulations, licenses, permits, and accreditations, including out-of-state licensing requirements. The offeror itself must meet these requirements without subcontracting to circumvent them. Geographic coverage can be for individual states or nationwide, provided at least one state is covered. Offered diagnostic testing services must fall under accepted Special Item Numbers (SINs) and CLIA specialties/subspecialties with CPT codes; home diagnostic tests are excluded. Reagents must be FDA cleared or identified as Laboratory Developed Tests (LDT). Only new items are accepted; refurbished or "grey market goods" are prohibited.
Contract Details
- Type: Fixed-Price with Economic Price Adjustment (EPA), IDIQ Multiple Award Schedule (MAS)
- Duration: 5 years from award, with options to extend up to 10 years total
- Minimum Guarantee: $2,500
- Set-Aside: None specified (Open to all responsible offerors, with potential for order-level small business set-asides)
- Applicable Laws: Trade Agreements Act, HIPAA, Section 508 compliance for IT.
Submission & Evaluation
Proposals must be submitted electronically to vafssoffers@va.gov. Required documents include Vendor Response Document 02 and Pricelist Proposal Preparation Document 03. Evaluation will be based on a "best value" determination considering price, past performance, quality, and expertise. A pre-award review may be conducted for offers exceeding $3,000,000 annually. Offerors must be registered in SAM.
Key Amendments & Updates
- Amendment 0011 (Latest): Updates the Economic Price Adjustment (EPA) clause (GSAM 552.238-120), revises the Responsibility Evaluation document (Oct 2025), and updates the Signature Authority form (Aug 2025).
- Amendment 0008: Revised the Scope of Solicitation to allow awards for specific geographic service areas (minimum one state) rather than strictly requiring nationwide coverage, while reinforcing strict licensing and compliance requirements.
- Amendment 0007: Shortened the grace period for Industrial Funding Fee (IFF) and sales reporting from 60 to 30 days after the close of each quarter.
- Other Amendments: Incorporated various FAR/GSAR/VAAR clause updates, a new Responsibility Evaluation document, and a class deviation to FAR subpart 22.8 regarding Equal Employment Opportunity.
Contact Information
For inquiries, contact the FSS Help Desk at Fss.Help@va.gov or 708-786-7737.