Search Contract Opportunities

NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ   2

ID: 36C25726Q0049 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 17, 2025, 1:40 p.m. EST
The purpose of this amendment is to provide answers to questions asked during the question-and-answer period.
Posted: Oct. 21, 2025, 1:44 p.m. EDT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number 36C25726Q0049 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. The NAICS Code for this request for quotes is 621511 ($41.5 million) No set-aside requirement is used for this solicitation. The items being requested are included in the solicitation attachment RFQ 36C25726Q0049.pdf. The items being requested are for courier services for the VA North Texas Healthcare System (VANTHCS). Services are to be provided the Dallas VA Medical Center at 4500 S. Lancaster Rd., Dallas, TX 75216. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation criteria are technical acceptability, past performance, and price. See attached RFQ document for details. Offerors are to provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses cited in this clause are applicable: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) FAR 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontractor Awards (JUN 2020) FAR 52.204-14, Service Contract Reporting Requirements (OCT 2016) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders Prohibition (DEC 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) FAR 52.219-8, Utilization of Small Business Concerns (JAN 2025) FAR 52.219-9, Small Business Subcontracting Plan (JAN 2025) FAR 52.219-16, Liquidated Damages Subcontracting Plan (SEP 2021) FAR 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2025) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37, Employment Records on Veterans (JUN 2020) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.223-23, Sustainable Products and Services (MAY 2024) FAR 52.224-3, Privacy Training (JAN 2017) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.226 8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) FAR 52.229-12, Tax on Certain Foreign Procurements (FEB 2021) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) FAR 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) Additional Terms and Conditions: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.216-18, Ordering (AUG 2020) FAR 52.216-19, Order Limitations (OCT 1995) FAR 52.216-22, Indefinite Quantity (OCT 1995) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.229-3, Federal, State, and Local Taxes (FEB 2013) FAR 52.237-3, Continuity of Services (JAN 1991) VAAR 852.201-70, Contracting Officer s Representative (DEC 2022) VAAR 852.203 70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.211-76, Liquidated Damages Reimbursement for Data Breach Costs (FEB 2023) VAAR 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023)(Deviation) VAAR 852.232 72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) Additional Provisions: FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Telecommunications and Video Surveillance Services or Equipment (AUG 2019) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (DEC 2023) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.229-11, Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.233-2, Service of Protest (SEP 2006) 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 Procedures (OCT 2018) VAAR 852.273-70, Late Offers (NOV 2021) See attached RFQ document for more information, including an Addendum to FAR 52.212-1 and evaluation information at FAR 52.212-2. Late quotes or documentation may be accepted if advantageous to the Government. All comments or inquiries are to be submitted in writing via email to the Point of Contact, referenced in this notice on or before November 14, 2025, 10:00 AM Eastern Time. Vendors interested in providing the required supplies will need to submit all required documentation, detailed in the attached RFQ document, by email to Delphia Schoenfeld at delphia.schoenfeld@va.gov, no later than December 15, 2025, 3 PM Eastern Time (2 PM Central Time).
Background
This solicitation, numbered 36C25726Q0049, is issued by the Department of Veterans Affairs (VA) as a request for quotation (RFQ) for laboratory testing services to support the VA North Texas Healthcare System (VANTHCS).

The contract aims to provide quality laboratory services to veteran patients in accordance with Public Law 104.262 and 38 U.S.C. 8153. The services will be performed at the Dallas VA Medical Center located at 4500 S. Lancaster Rd., Dallas, TX 75216.

Work Details
The contractor shall provide laboratory services including analysis, reporting of analytic results, and consultation regarding selection, collection, transportation, and result interpretation for various tests as prescribed by VA attending physicians.

The contractor will perform a range of laboratory procedures/tests including but not limited to: Tissue Biopsy Consultation, Level IV Surgical Pathology Examination, Transplant Biopsy with Complement IHC, Necropsy examinations, Muscle/Nerve Biopsy tests, Immunofluorescent studies, and various genetic tests.

The contractor must also supply all necessary materials such as transport tubes and specimen bags at no charge. Results must be accessible through a secure electronic database and reported through secure methods. The contractor is responsible for maintaining a searchable test database that includes test names, descriptions, codes, specimen requirements, turnaround times, and other relevant information.

Place of Performance
The contract will be performed at the VA North Texas Healthcare System Laboratory located at 4500 S. Lancaster Rd., Dallas TX 75216.

Overview

Response Deadline
Dec. 15, 2025, 3:00 p.m. EST Past Due
Posted
Oct. 21, 2025, 1:44 p.m. EDT (updated: Nov. 17, 2025, 1:40 p.m. EST)
Set Aside
None
Place of Performance
Department of Veterans Affairs VA North Texas Healthcare System Dallas, TX 75216 United States
Source
Links

Current SBA Size Standard
$41.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $3,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 10/21/25 VISN 17: Heart of Texas Health Care Network issued Synopsis Solicitation 36C25726Q0049 for NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ due 12/15/25. The opportunity was issued full & open with NAICS 621511 and PSC Q301.
Primary Contact
Title
Contracting Officer
Name
Delphia Schoenfeld   Profile
Phone
(210) 417-7495

Documents

Posted documents for Synopsis Solicitation 36C25726Q0049

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C25726Q0049

Award Notifications

Agency published notification of awards for Synopsis Solicitation 36C25726Q0049

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 36C25726Q0049

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C25726Q0049

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C25726Q0049

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C25726Q0049

Experts for NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 257-NETWORK CONTRACT OFFICE 17 (36C257)
FPDS Organization Code
3600-00257
Source Organization Code
100167100
Last Updated
Nov. 17, 2025
Last Updated By
Delphia.Schoenfeld@va.gov
Archive Date
March 24, 2026