Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2025 SAM #8775
SOURCES SOUGHT

66 -- Request For Information (RFI)-Molecular Diagnostic Testing for Fort Harrison VA Medical Center (Fort Harrison, MT) and Benjamin Steele VA Clinic (Billings, MT)

Notice Date
12/3/2025 2:25:13 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25926Q0088
 
Response Due
1/5/2026 8:00:00 AM
 
Archive Date
02/04/2026
 
Point of Contact
Ernest Appiah, Contract Specialist (CS), Phone: (303) 712-5734
 
E-Mail Address
Ernest.Appiah@va.gov
(Ernest.Appiah@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION / SOURCES SOUGHT INQUIRY THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTATION (RFQ). The Department of Veterans Affairs Network Contracting Office (NCO) 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources that can provide Polymerase Chain Reaction (PCR) Molecular Diagnostic Cost Per Test (CPT). The Cost Per Test pricing shall include: All equipment (s), comprehensive maintenance, software and hardware upgrades, workstations, servers, training, a Quality Control program, reagents, standards, controls, supplies, consumables, disposable items, parts, accessories, printers, uninterruptable power supply (UPS), and any other item required for the proper operation of its contractor-owned automated molecular testing instruments and peripherals necessary for the generation of accurate automated molecular virology results. result price shall include all costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories, maintenance and any other item required for the proper operation of the contractor s equipment and necessary for the generation of a patient reportable result. The instrument shall be able to simultaneously perform the complete profile as described below and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). The Contractor shall provide two (2) analyzers, for which the analyzers shall conform to the following: Analyzers shall be capable of performing the Molecular Diagnostic Testing Polymerase Chain Reaction (PCR) tests with minimal hands-on time by VA medical technologists: Respiratory pathogen Panel Blood Culture Identification panel to include Gram negative bacteria Gram positive bacteria and Fungus Identification Streptococcus panel to include Strep group C/G strep and Strep group A strep The equipment (s) will be located at the following locations: VA Medical Center Fort Harrison Montana: 3687 Veterans Drive, Fort Harrison, MT 59636. Benjamin Steele VA Clinic: 1766 Majestic Lane Billings, MT 59102. The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. Business Size Standard is 1,000 Employees. The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for quotation. No questions will be answered. The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contracting Officer. If your organization can provide these services and is interested in this opportunity, please respond to Ernest Appiah, Contract Specialist, Department of Veterans Affairs, NCO 19 via e-mail Ernest.Appiah@va.gov and NCO19lab@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Please fill in and return the contractor information below. The deadline for this information is 9 AM Mountain Time, Monday January 5th, 2026. In response to this announcement, please provide the information below: Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No Available pricing structure of proposed solution (select all that are applicable below): Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market Cost Per Test (CPT) Other: (Please explain) Federal Acquisition Regulation (FAR) Market Rearch Questions: Questions for Small Businesses ONLY: Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________ If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/56762c7f18f14aee9074b650a9e631ac/view)
 
Place of Performance
Address: Department of Veterans Affairs Fort Harrison VA Medical Center and Benjamin Steele VA Clinic, Fort Harrison and Billings, USA
Country: USA
 
Record
SN07656888-F 20251205/251203230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.