SOURCES SOUGHT
66 -- Request For Information (RFI) Infectious Disease and Immunoassay Testing at Oklahoma City VA Health Care System
- Notice Date
- 1/15/2026 11:01:52 AM
- 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
- 36C25926Q0132
- Response Due
- 2/12/2026 8:00:00 AM
- Archive Date
- 03/14/2026
- 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 A REQUEST FOR INFORMATION (RFI). The Department of Veterans Affairs Network Contracting Office (NCO) 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources that can provide Oklahoma City VA Health Care System with a Cost Per Reportable Result (CPRR) Immunoassay/Infectious Disease testing system. Cost Per Reportable Result (CPRR): Monthly invoicing is based on the number of reported patient test results conducted by the laboratory and submitted to the contractor for billing. Contractor shall provide all analyzers, additional equipments, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories, and any other item required for the proper operation of its' contractor owned analyzers and peripherals for the generation of Infectious Disease (ID) and Immunoassay testing for Oklahoma City VA Health Care System (OKCVAHCS) cost per reportable result (CPRR) services. All service components shall also be included in the contract, to provide maintenance, repairs, upgrades, training and a Quality Control program. The equipment (s) will be located at the following locations: Oklahoma City VA Health Care System-921 N.E. 13th Street, Oklahoma City, OK 73104. The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. Business Size Standard is 1,000 Employees. The following FDA approved tests are required of the contractor s analyzer and reagents: Hepatitis C Virus Antibody Hepatitis B Core IGM Antibody Hepatitis Total B Core Antibody Hepatitis A, IgM Antibody Hepatitis A, IgG Antibody or Total HAV Hepatitis B Surface Antigen Hepatitis B Surface Antibody Hepatitis B Surface Antibody Any confirmatory test that may be provided/required by the contractor to produce a reportable result. Tacrolimus Alpha-Fetoprotein Syphilis Ab Anti-CCP The information submitted shall contain the company s business size status. This is a Request for Information (RFI) and sources only, which may or may not lead to a future solicitation! This is not a Request for Quotation (RFQ). 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, February 12th, 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 Reportable Report (CPRR) 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/66cccf667f52431ea131bad44d15ba28/view)
- Place of Performance
- Address: Department of Veterans Affairs Oklahoma City VA Healthcare System (OKC VAHCS), Oklahoma City, OK 73104, USA
- Zip Code: 73104
- Country: USA
- Zip Code: 73104
- Record
- SN07688945-F 20260117/260115230037 (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 |