Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2026 SAM #8844
SOURCES SOUGHT

Q -- STAT and Lab Referral Testing

Notice Date
2/10/2026 12:55:56 PM
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0596
 
Response Due
2/24/2026 2:30:00 PM
 
Archive Date
03/26/2026
 
Point of Contact
Phoebe Farmer, Contract Specialist, Phone: 405-456-3021
 
E-Mail Address
Phoebe.Farmer@va.gov
(Phoebe.Farmer@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice NOT a Solicitation. Questions will NOT be answered. All responses should be submitted by February 24, 2026, at 1630 cst. Sources Sought Notice - STAT and Lab Referral Testing Disclaimer: This Request for Information (RFI) is issued solely for market research information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are NOT offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Information Requested from Industry: In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses in accordance with the Statement of Work draft / Salient Characteristics List. Responses to market research table questionnaire shall be submitted. If this information is not provided, then it will be assumed the entire requirement cannot be met. Description of Requirement: The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for STAT and referral testing services for the Rocky Mountain Regional VA Medical Center. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied that the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Requirement Item OR Services: Period of Performance: 5/1/2026-4/30/2031 Item No. Item Description (Test Name) Turn-Around Time for Reference Lab Test (Required) 1 Amikacin 12 Hours 2 Chlamydia Pneumonia PCR Test 24-72 Hours 3 CMV PCR Test 24-48 Hours 4 EBV PCR Test 24-48 Hours 5 Enterovirus PCR Tet 24-48 Hours 6 FK506/Tacrolimus 24 Hours, (7am-7pm) 7 HHV6 PCR Test 24-48 Hours 8 HSV PCR Test 24-48 Hours 9 Mycoplasma Pneumonia PCR Test 24-48 Hours 10 Phenytoin, Total (Dilantin) 2-4 Hours 11 Phenytoin, Free (Dilantin) 2-4 Hours 12 Plasma Hemoglobin 24 Hours 13 Sirolimus (Rapumune) 24 Hours, (7am-7pm) 14 Thrombine Time 4 Hours 15 Tobramycin 12 Hours 16 VZV/PCR Qual 24-72 Hours 17 Pneumocystis jiroveci DFA 24 Hours 18 CBC 4 Hours 19 ESR 4 Hours 20 Retic 4 Hours 21 D-dimer 4 Hours 22 Fibrinogen 4 Hours 23 Heparin Xa 4 Hours 24 PFA 4 Hours between 8am-8pm 25 PT 4 Hours 26 PTT 4 Hours 27 Amylase 4 Hours 28 BHCG, Quant 4 Hours 29 Carbon Monoxide 4 Hours 30 Compete Metabolic Panel 4 Hours 31 ETOH, blood 4 Hours 32 FT4 4 Hours 33 hsCRP 4 Hours 34 iPTH 4 Hours 35 Lactic Acid 4 Hours 36 Lipase 4 Hours 37 Osmolality 4 Hours 38 NT-proBNP 4 Hours 39 Troponin 4 Hours 40 TSH 4 Hours 41 Acetominophen 4 Hours 42 Carbamazepine 4 Hours 43 CSA 4 Hours (7am-7pm) 44 CSF, Glucose (suspected CJD patient) Same Day 45 CSF, Protein (suspected CJD patient) Same Day 46 Respiratory PCR 24-48 Hours 47 HIV PCR 5 Days 48 Fecal Occult Blood (FOB) 24 hours 49 Ammonia 4 Hours Required Salient Characteristics OR SOW Requirements: Must be approved to provide clinical diagnostic laboratory tests under both Medicare and Medicaid regulations and all applicable federal and state laws. Must comply with the stated turnaround times above. Must 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). A valid, in-date CLIA certificate must be supplied showing the address and CLIA registration number of the testing lab Must be HIPAA compliant. In response to this announcement, please provide the information requested below requested in this market research table questionnaire. If this information is not provided, then it will be assumed the entire requirement cannot be met: NAICS Code: 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: Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market Cost Per Test (CPT) Federal Acquisition Regulation (FAR) Market Rearch Questions: Buy American Act RFO 52.225-1 and RFO 52.225-2 Buy American Certificate What percentage of the proposed product (including leases and rentals) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Country of Origin: Questions for Small Businesses ONLY: Limitations on Subcontracting RFO 52.219-14 What percentage of the work would be subcontracted to another company? ________ What is the business size of the subcontractor?______ Per RFO 52.219-14 the following conditions must be met: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract; Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; If subcontracting, what added value do you offer (RFO 52.215-23): Nonmanufacturer Rule (RFO 52.219-33): Does your company manufacturer these proposed items? [� ] yes [� ] no Does your company exceed 500 employees? [� ] yes [� ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [� ] yes [� ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [� ] yes [� ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [� ] yes [� ] no If yes, what is the manufacturer s name? ________________ Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to phoebe.farmer@va.gov Submit your response NLT 16:30 (CST) on Tuesday, February 24, 2026. Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code as 621511 Medical Laboratories with a Small Business size of $41.5 Million. Please identify and explain any NAICS codes your company believes would better represent the predominant work included in the attached Salient Characteristics List. (End of Sources Sought)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3346266a97b74573aba26a42d1528424/view)
 
Place of Performance
Address: Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street, Aurora 80045, USA
Zip Code: 80045
Country: USA
 
Record
SN07712085-F 20260212/260210230051 (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!  © 1994-2026, Loren Data Corp.