Skip to content
Department of Veterans Affairs

Q301--Reference Lab Testing

Solicitation: 36C26226Q0581
Notice ID: 01ccf828745342c6b88a515dda5e85f1
TypeSources SoughtNAICS 621511PSCQ301DepartmentDepartment of Veterans AffairsStateAZPostedApr 01, 2026, 12:00 AM UTCDueApr 14, 2026, 03:00 PM UTCCloses in 11 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: AZ. Response deadline: Apr 14, 2026. Industry: NAICS 621511 • PSC Q301.

Market snapshot

Awarded-market signal for NAICS 621511 (last 12 months), benchmarked to sector 62.

12-month awarded value
$56,912,273
Sector total $496,501,615 • Share 11.5%
Live
Median
$600,000
P10–P90
$549,360$7,320,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
11.5%
share
Momentum (last 3 vs prior 3 buckets)
+234%($30,691,382)
Deal sizing
$600,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AZ
Live POP
Place of performance
Department of Veterans Affairs Phoenix VA Healthcare System, 650 E Indian School Road • Phoenix, Arizona • 85012 United States
State: AZ
Contracting office
Gilbert, AZ • 85297 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
AZ20260047 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Arizona • Pima
Rate
POWER EQUIPMENT OPERATOR: Bulldozer
Base $35.56Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Tractor
Base $35.56Fringe $18.12
+44 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 44 more rate previews.
Davis-BaconBest fitstate match
AZ20260047 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Pima
Rate
POWER EQUIPMENT OPERATOR: Bulldozer
Base $35.56Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Tractor
Base $35.56Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Crane/Derricks
Base $39.17Fringe $18.12
+43 more occupation rates in this WD
Davis-Baconstate match
AZ20260057 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Maricopa
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Oiler
Base $32.29Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Field Equipment Serviceperson
Base $35.56Fringe $18.12
+32 more occupation rates in this WD
Davis-Baconstate match
AZ20260011 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Yuma
Rate
BRICKLAYER
Base $32.29Fringe $9.97
Rate
ELECTRICIAN
Base $17.50Fringe $7.57
Rate
ELECTRICIAN (Low Voltage Wiring for Alarms)
Base $25.36Fringe $5.54
+29 more occupation rates in this WD
Davis-Baconstate match
AZ20260056 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Coconino
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Oiler
Base $32.29Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Field Equipment Serviceperson
Base $35.56Fringe $18.12
+27 more occupation rates in this WD

Point of Contact

Name
Clift Domen
Email
Clift.Domen@va.gov
Phone
562-766-2241

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
262-NETWORK CONTRACT OFFICE 22 (36C262)
Office
Not available
Contracting Office Address
Gilbert, AZ
85297 USA

More in NAICS 621511

Description

THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 1. Responses to this Sources Sought Announcement must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 621511 Medical Laboratories 3. The Contractor shall provide all reference lab testing services for the test menu listed in Attachment A for the Phoenix VA Healthcare System located in Phoenix, Arizona. The required reference lab testing services (including supplies and packaging, testing, transportation, reports) include all of the test menu requirements identified in the spreadsheet (Attachment A) and all of the associated services identified in the DRAFT Statement of Work (Attachment B) attached to this Sources Sought Announcement. 4. Interested and capable Contractors are encouraged to respond to this notice not later than Tuesday, April 14th, 2026, at 08:00 AM PDT, by providing the following information via email only to Clift.Domen@va.gov: Company name Address Point of contact Phone, fax, and email of primary point of contact Contractor s Unique Entity ID (SAM) number Contractor s small business type, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). Statement indicating whether the Contractor is considered to be small under the size standard for the NAICS code identified under this RFI. Completed Attachment A providing the information requested in the spreadsheet for each laboratory test listed in Attachment A. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT THE IDENTITY, LOCATION, AND CLIA CERTIFICATION NUMBER OF THE LABORATORY THE CONTRACTOR WILL USE TO PERFORM EACH TEST LISTED IN ATTACHMENT A MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE CONTRACTOR LACKS THE ABILITY TO PROVIDE THE REFERENCE LAB TESTING SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. ALL of the following Testing Laboratory Information: Copy of the Contractor s CLIA Certificate of Accreditation that identifies the laboratory specialties/subspecialties that the Contractor is certified to perform and their effective date for each Contractor laboratory location at which the Contractor will perform the laboratory testing described in Attachment A. . For each subcontractor laboratory that the Contractor identifies to perform a test identified in Attachment A, provide a letter of commitment signed by the subcontractor, on the subcontractor s letterhead that: identifies each test that the subcontractor will perform for the Contractor; states that the subcontractor will perform the identified test(s) if the Contractor is awarded a contract for this test; and states that the subcontractor holds a CLIA Certificate of Accreditation in the laboratory specialties/subspecialties required to perform each test for each laboratory location where the subcontractor will perform the test. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT THE CONTRACTOR S CLIA CERTIFICATE OF ACCREDITATION THAT IDENTIFIES THE SPECIALTIES/SUBSPECIALTIES OF THE LABORATORY TESTS THAT THE CONTRACTOR IS CERTIFIED TO PERFORM FOR EACH CONTRACTOR LABORATORY LOCATION AT WHICH THE CONTRACTOR WILL PERFORM TESTING, OR FAILURE TO SUBMIT SUBCONTRACTOR LETTERS OF COMMITMENT THAT INCLUDE ALL OF THE INFORMATION REQUESTED ABOVE, MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE CONTRACTOR LACKS THE ABILITY TO PROVIDE THE REFERENCE LAB TESTING SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. A capability statement that provides detailed information for one or more reference contracts that demonstrates the Contractor s experience providing reference lab testing services where the Contractor collects testing specimens from a healthcare facility, transports the specimens to a remote laboratory location, performs testing on the specimens, and returns test results to the healthcare facility. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. The Contractor must provide the following information for each reference contract that the Contractor identifies as evidence of the Contractor s capability to perform the work required by this procurement: the legal name of entity with whom the Contractor held the contract; the contract number; a description providing details of the specific tasks the Contractor performed under that contract; the dates during which the Contractor performed the contract; the name, phone number, and email address of a person at the entity with whom the Contractor held the contract who can verify the information the Contractor provides regarding this reference contract. If a Contractor offers to demonstrate experience performing reference lab testing services through the proposed use of subcontractors, the Contractor must identify the legal name of each subcontractor that the Contractor proposes to use and provide all of the information required above for one or more reference contracts performed by each subcontractor that the Contractor intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A CONTRACTOR S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE CONTRACTOR LACKS THE ABILITY TO PROVIDE THE REFERENCE LAB TESTING SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Contractors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.