Opportunity
SAM #36C25926Q0143
RT-PCR GI and Respiratory Testing Services and Equipment for Rocky Mountain Regional VA Medical Center
Buyer
VHA Network Contracting Office 19
Posted
April 02, 2026
Respond By
April 22, 2026
Identifier
36C25926Q0143
NAICS
334516, 621511
This opportunity seeks a contractor to provide RT-PCR GI and Respiratory Testing services and equipment for the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. - Government Buyer: - Department of Veterans Affairs (VA), Network Contract Office 19 - Place of performance: Rocky Mountain Regional VA Medical Center, Pathology and Laboratory Medicine department, Aurora, CO - Products and Services Requested: - RT-PCR GI and Respiratory Testing services - Contractor must supply all equipment, reagents, standards, controls, consumables, disposable items, parts, accessories, and peripherals for contractor-owned real-time PCR testing instruments - Generation of reportable patient test results for GI and respiratory testing - Unique or Notable Requirements: - Vendors must complete VA Directive 6550 and MDS2-Worksheet forms for each piece of equipment and middleware proposed - No specific OEMs, part numbers, or product quantities listed in the main text; details are referenced in attachments - Opportunity is unrestricted (open competition) - Governed by NAICS code 621511 (Medical Laboratories) - Locations: - Place of performance: Rocky Mountain Regional VA Medical Center, Aurora, CO - Contracting office: Network Contract Office 19, Greenwood Village, CO
Description
Request for Quote (RFQ) #: 36C25926Q143 New Five-Year Blanket Purchase Agreement Rocky Mountain Regional VA Medical Center (RMRVAMC) Pathology and Laboratory Medicine department for Reverse Transcription Polymerase Chain Reaction (RT-PCR) GI and Respiratory Testing. Per Statement of Work This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Important Dates: Deadline for all questions: 08:00 AM MT, April 08, 2026 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Quotes submission deadline: 8:00 AM MT, April 22, 2026 Quote Submission Instructions: Quotes are to be provided to Alejandra.Sierra@va.gov and NCO19Lab@va.gov no later than 8:00 AM MT, April 22, 2026. Quotes shall not be hand carried or faxed. Emailed quotes are the only accepted method (4MB email limit). The Government reserves the right to make the award solely on initial quotes received. Offerors bear the burden of ensuring all portions of the offer (and any authorized amendments) reach the designated office before the deadline. This RFQ must be completed in its entirety, signed, and dated; failure to do so will result in disqualification. This is a Request for Quote (RFQ), solicitation number 36C25926Q0143. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective October 01, 2025. NAICS Code: 621511 Medical Laboratories Business Size Standard: $41.5 Million This solicitation is unrestricted. See Attached Line-Item Schedule. Description of Requirements Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories, and any other item required for the proper operation of its contractor-owned real-time polymerase chain reaction (PCR) testing instrument and peripherals necessary for the generation of reportable patient test results for GI and Respiratory Testing services. Please reference attached statement of work (SOW). Delivery and Acceptance: F.O.B Destination (RFO 52.247-34) at the Rocky Mountain Regional VA Medical Center (RMRVAMC): Pathology and Laboratory Medicine department 1700 N. Wheeling St. Aurora, CO 80045 Applicable Clauses: 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Important Notice: Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. Such contact may result in exclusion from award considerations. All proprietary information shall be clearly and properly marked. Annexes, documentation, attachments, or the like not specifically required by this solicitation will count against the offeror's page limitations unless otherwise indicated. All information shall be confined to the appropriate file. Offerors shall confine submissions to essential matters sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Submission of quote shall include the following volumes: Technical capability or quality to meet the Government requirement; BioMed Forms; Past Performance; Price. Volume I - Technical Capability or Quality The offeror shall submit its quote demonstrating how it meets all requirements of the statement of work (SOW) and solicitation, including the contractor-owned real-time PCR testing instrument and peripherals necessary for reportable patient test results for GI and Respiratory Testing services. Volume II - BioMed Forms The offeror shall complete the following forms for each piece of equipment and middleware proposed: VA Directive 6550 App A Fillable 2026 MDS2-Worksheet 2026 Both forms are provided as attachments to this solicitation. Volume III - Past Performance Offeror must provide up to two recent and relevant past performance references attesting to contract performance, including: Contract numbers Amount of contract award Point of contact with email and telephone Description of product/work performed and performance quality Definitions: Relevant past performance: Effort involving similar scope, magnitude, and complexities as this solicitation. Recent past performance: Performance completed within the last three years or currently in progress. Past performance must include: Name of offeror being reviewed Name of company completing review Description of services performed Performance dates Total contract value Addresses Contract numbers Performance rating Offeror shall provide completed Past Performance Questionnaires (PPQ) signed by the point of contact overseeing performance. See attachment S02 Past Performance Questionnaire. PPQs can be sent directly to the Government POC (alejandra.sierra@va.gov) either by the offeror or third party by the proposal deadline. Volume IV - Price The offeror shall complete the line item pricing schedule provided as an attachment titled "See attached Line Item Schedule". (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous considering price and other factors. Evaluation Factors: Technical capability or quality to meet the Government requirement BioMed Forms Past Performance Price Evaluation Approach: The Government will use comparative analysis considering all factors. Offers not meeting technical capability (Factor I) will not be selected regardless of price. If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered non-responsive. (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State, and local laws, executive orders, rules, and regulations applicable to performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes inconsistent with the RFO or VAAR. Incorporated Clauses by Reference: Applicable Number Title Source X52.203-6 with Alt IRestrictions on Subcontractor Sales to the GovernmentStatute X52.203-17Contractor Employee Whistleblower RightsStatute X52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsStatute X52.204-9Personal Identity Verification of Contractor PersonnelOther X52.204-13System for Award Management MaintenanceStatute X52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentStatute X52.209-9Updates of Publicly Available Information Regarding Responsibility MattersStatute X52.209-10Prohibition on Contracting with Inverted Domestic CorporationsStatute X52.219-4Notice of Price Evaluation Preference for HUBZone Small Business ConcernsStatute X52.219-8Utilization of Small Business ConcernsStatute X52.222-3Convict LaborEO X52.222-19Child Labor Cooperation with Authorities and RemediesEO X52.222-35Equal Opportunity for VeteransStatute X52.222-36Equal Opportunity for Workers with DisabilitiesStatute X52.222-37Employment Reports on VeteransStatute X52.222-40Notification of Employee Rights Under the National Labor Relations ActEO X52.222-41Service Contract Labor StandardsStatute X52.222-42Statement of Equivalent Rates for Federal HiresStatute X52.222-43Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)Statute X52.222-50Combating Trafficking in PersonsStatute X52.222-54Employment Eligibility VerificationEO X52.222-62Paid Sick Leave Under Executive Order 13706EO X52.223-9Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsStatute X52.223-11Ozone-Depleting Substances and High Global Warming Potential HydrofluorocarbonsStatute X52.223-20AerosolsStatute X52.223-21FoamsStatute X52.223-23Sustainable Products and ServicesStatute X52.224-3 with Alt IPrivacy Training, with Alternate IStatute X52.226-8Encouraging Contractor Policies to Ban Text Messaging While DrivingEO X52.227-14Rights in Data-General (MAY 2014)Statute X52.232-29Terms for Financing of Commercial Products and Commercial ServicesStatute X52.232-33Payment by Electronic Funds Transfer System for Award ManagementStatute X52.232-40Providing Accelerated Payments to Small Business SubcontractorsStatute X52.233-3Protest After AwardStatute X52.233-4Applicable Law for Breach of Contract ClaimStatute X52.240-91Security Prohibitions and ExclusionsStatute X52.240-92Security RequirementsOther X52.240-93Basic Safeguarding of Covered Contractor Information SystemsStatute X52.244-6Subcontracts for Commercial Products and Commercial ServicesStatute Additional Contract Requirements or Terms and Conditions: 52.217-8 Option to Extend Services (NOV 1999): The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option may be exercised more than once, but total extension shall not exceed 6 months. The Contracting Officer may exercise the option by written notice within 30 days. 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.204-71 Information and Information Systems Security (FEB 2023) VAAR 852.211-76 Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.237-70 Indemnification and Medical Liability Insurance (OCT 2019) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR Provisions Incorporated: VAAR 852.209-70 Organizational Conflicts of Interest (OCT 2020) VAAR 852.215-72 Notice of Intent to Re-solicit (OCT 2019) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) RFO 52.252-1 Solicitation Provisions Incorporated by Reference The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies are available at: Federal Acquisition Regulation (FAR) Veterans Affairs Acquisition Regulation (VAAR) Applicable Number Title Source X52.203-11Certification and Disclosure Regarding Payments to Influence Certain Federal TransactionsStatute X52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-RepresentationStatute X52.204-7System for Award Management RegistrationStatute X52.229-11Tax on Certain Foreign Procurements Notice and RepresentationStatute Note: The Defense Priorities and Allocations System (DPAS) does not apply. Offer Submission: Date and Time offers are due to alejandra.sierra@va.gov by 8:00 AM MT, April 22, 2026. Contact Information: Alejandra Sierra Email: alejandra.sierra@va.gov and NCO19Lab@va.gov Additional Links: US Department of Veterans Affairs