Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2025 SAM #8712
SPECIAL NOTICE

Q -- Reference Lab

Notice Date
10/1/2025 9:09:35 AM
 
Notice Type
Justification
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526F0009
 
Archive Date
10/31/2025
 
Point of Contact
Alison L Klein, Phone: 30462334614143
 
E-Mail Address
alison.klein@va.gov
(alison.klein@va.gov)
 
Award Number
V797D70090
 
Award Date
10/01/2025
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID:36C245-26-AP-0093 Contracting Activity: 613-26-1-090-0005, Department of Veterans Affairs, NCO 5, located at 1 Med Center Dr., Clarksburg, WV 26301, in support of Martinsburg VAMC 510 Butler Ave., Martinsburg, WV 25405 Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501. VISN 5 is requesting a new firm fixed price, FSS task order for 1 year 10/01/2025- 9/30/2026 for the Martinsburg VAMC. Order against: FSS Contract Number: _V797D-70090 Name of Proposed Contractor: QUEST DIAGNOSTICS INC Street Address: 500 PLAZA DRIVE City, State, Zip: SECAUCUS, NJ 07940 Phone: (804)306-0913 Description of Supplies or Services: The estimated value of the proposed action is $2,000,000. VISN 5 is requesting a new firm fixed price, FSS task order to the previous incumbent contractor for one year 10/01/2025-9/30/2026. Lab reference testing with a test catalog of 5000+ lines to include courier service, direct reporting to VISTA and onsite personnel to process and take test orders. Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor�s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: A sources-sought is out on sam.gov currently 36C24525Q0622 that does not close until 8/15/2025 for a VISN-wide contract vehicles for laboratory reference testing. The current BPA calls expire 9/30/2025. PALT time for the VISN-wide procurement is 180 days. The VISN-wide procurement is estimated to be roughly $50 million. It is not anticipated that the pending award will be awarded before the expiration of the current BPA. Previous VISN wide contract(s) were already solicited 36C24524R0060 but were protested. MCI Diagnostics LLC has protested via GAO more than nine times against the Department of Veteran Affairs during the same period for lab reference testing. MCI Diagnostics LLC has also protested the Department of Veteran Affairs in the Federal Court of Claims. It is anticipated that the contractor may protest again, thus delaying the award. The Contracting Officer (CO) is working with the Office of General Counsel (OGC) regarding market research and releasing a new solicitation. OGC has recommended releasing additional sources sought and a revised Statement of Work to avoid protest. The Contracting Officer�s opinion is that the future solicitation has a high risk of being protested again. The onboarding timeframe for a new contractor is roughly 9 months. Patient care will be severely delayed if this FSS task order is not awarded. Describe Why You Believe the Order Represents the Best Value consistent with FAR 8.404(d) to aid the contracting officer in making this best value determination: The firm�s FSS pricing has already been determined to be fair and reasonable. Describe the Market Research Conducted: Market research has been conducted commensurate with the size, complexity and the criticality of the acquisition. It has been determined that it is in the best interest of the Government to execute a short- term task order with the incumbent until the VISN-wide acquisition is awarded. Any Other Facts Supporting Justification: The current test results interface i.e., the incumbent directly into Vista with minimal review by medical technicians/technologists. This process ensures that tests results are uploaded into patient files directly without manual entry by laboratory personnel. This is essential for patient safety and workload. Incorrect manual entry of patient results is plagued by human error. Furthermore, on average, it takes three to ten times longer to result non-interfaced tests. This further increases the risk to patient care due to delay of treatment. None of the small businesses, including the interested SDVOSB, have a MOU-ISA with VA OIT although all have a HL7 interface, which means none can currently transmit results directly to VISTA. To establish a new interface system, it takes six phases to implement (Planning, Information Gathering, VISTA Test Building, Instrument Aliquoting Reprogramming, Validation, and Training phase) that could easily take up to one year to complete. This would require a team of personnel from both the VA and the reference lab. Setup would add significant cost, effort, and time to get implemented. Manual entry of results could cause reporting errors and have a negative impact on patient care in many ways. The incumbent is already interfaced with Vista and competing this order then setting up the interface will not be accomplished prior to 9/30/2025. A Statement of the Actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition of the supplies or services is made: Not at this time, as the medical centers gave up the FTE to perform the work in-house decades ago. The medical centers that previously received services from SDVOSB, VOSB or small businesses had issues. Firms of small size have historically struggled to provide in the past and meet the standards outlined in the SOW.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b7fd9f164c194572994c9849863f1124/view)
 
Place of Performance
Address: Martinsburg, WV 25405, USA
Zip Code: 25405
Country: USA
 
Record
SN07609698-F 20251003/251001230041 (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.