Skip to content
Department of Veterans Affairs

Q301--VISN 15 New Reference Laboratory Testing | NAICS: 621511 | PSC Q301

Solicitation: 36C25526R0066
Notice ID: 5af7898288ca40839a4daa4f97ddc56e
TypeSources SoughtNAICS 621511PSCQ301DepartmentDepartment of Veterans AffairsPostedJan 30, 2026, 12:00 AM UTCDueFeb 06, 2026, 09:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: Department of Veterans Affairs Multiple Locations Across VISN 15, See DRAFT Performance Work Statement • United States. Response deadline: Feb 06, 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
$13,160,343
Sector total $201,645,224 • Share 6.5%
Live
Median
$49,898
P10–P90
$49,898$49,898
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
6.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($13,160,343)
Deal sizing
$49,898 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 →
Live POP
Place of performance
Department of Veterans Affairs Multiple Locations Across VISN 15, See DRAFT Performance Work Statement • United States
Contracting office
Leavenworth, KS • 66048 USA

Point of Contact

Name
Mike Carson
Email
michael.carson1@va.gov
Phone
913-946-1119 x51119

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
255-NETWORK CONTRACT OFFICE 15 (36C255)
Office
Not available
Contracting Office Address
Leavenworth, KS
66048 USA

More in NAICS 621511

Description

THIS IS NOT A SOLICITATION, THIS IS A SOURCES SOUGHT NOTICE ONLY and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification. Purpose and Objectives Veterans Integrated Service Network 15 requires a contractor to provide reference laboratory testing services in accordance with the Performance Work Statement (PWS) and test list. The Government intends to award a contract with a base year, and four one-year option periods to be exercised at the Government s discretion. Per the attached DRAFT PWS, the following locations will require reference laboratory testing: 1. VA Medical Center, 800 Hospital Drive, Columbia, Missouri 65201-5275 2. VA Medical Center, 4801 Linwood Blvd, Kansas City, Missouri 64128-2226 3. VA Medical Center, 4101 S. 4th Street, Leavenworth, Kansas 66048-5014 4. VA Medical Center, 2401 West Main St., Marion, Illinois 62959-1188 5. VA Medical Center, 1500 N. Westwood Blvd., Poplar Bluff, Missouri 63901-3318 6. VA Medical Center, John Cochran Division, 915 N Grand Blvd, St. Louis, Missouri 63106-1621 7. VA Medical Center, 2200 Gage Blvd., Topeka, Kansas 66622-0001 8. VA Medical Center, 5500 East Kellogg, Wichita, Kansas 67218-1607 9. VA Health Care Center, 6211 E. Waterford Blvd., Evansville, Indiana 47715-2869 10. VA Medical Center, 1 Jefferson Barracks Drive, St. Louis, MO 63125-4181 11. VA Health Care Center, 711 South Mount Auburn Road, Cape Girardeau, Missouri 63703-6393 This Sources Sought Notice is being issued by the Veterans Health Administration (VHA), Network Contracting Office (NCO) 15 located in Leavenworth, Kansas as part of market research for planning purposes. A draft a copy of the PWS and required test list with estimated quantities are attached and is the only information available at this time. The applicable NAICS Code is 621511 Medical Laboratories Size Standard - $41.5 Million Product Service Code is Q301 Medical Reference Laboratory Testing Responses: Please submit your response in accordance with the following instructions: Responses are due by 2/6/2026 at 15:00 CST. Responses shall be submitted via email to michael.carson1@va.gov. Subject line of the email shall include this Sources Sought Notice Number Indy Reference Laboratory Testing Firm Name Complete sections C-K and sign acknowledgement statement Submit this document with any relevant attachments Contractor Point of Contact to include: Name: Title: Phone: Email: Company Information to include: Name: Address: SAM Unique Entity ID (UEI): Tax ID Number: Business Size: Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and certified in the VetCert database, which is available at: Veteran Small Business Certification (sba.gov) Please include a copy of your VetCert Certification with your response. Contractors Federal Supply Schedule Contract that carries the desired services. If you do not have a Federal Supply Schedule contract, you shall state open market : Provide the Schedule: Provide your GSA/FSS/SAC Contract Number: Provide the SIN(s) for reference laboratory testing: If any of the items are not on your GSA/FSS contract you will mark which items are open market. Contractor shall provide 3 past contracts for the same or similar services: Company 1 Company 2 Company 3 Name of Company: Company POC: Company POC phone: Company POC email Dollar amount of contract: Contract number: Period of Performance: Contractor shall respond to the following questions as part of the requirements in the PWS: Y N (check yes or no) Are you able to comply with all the requirements listed in the PWS section 8.4 Data Management/Transmission? Is your laboratory fully licensed/accredited and actively engaged in providing the specific services and laboratory testing outlined in the PWS section 1? Is your laboratory licensed/ accredited by the College of American Pathologists (CAP), The Joint Commission (JTC), or any other licensing and/or accreditation as required by law in order to perform the required testing listed in the PWS and Test Schedule? Is your laboratory certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988? Is your Laboratory Director an American Board of Pathology, certified Pathologist or American Board of Bioanalysis, certified Bio-analyst? Do you have at least three years of experience providing laboratory services and at least one year experience in transporting biomedical materials? Do you have all the CLIA certifications for the analyte specialties and sub-specialties listed in the PWS section 1.6.8? Are you able to comply with the quality review requirements in the PWS section 7? Are you able to provide on-site processing staff and equipment in accordance with the PWS section 2? Are you able to provide the equipment, data management system, security, and connectivity requirements in accordance with the PWS section 8.4? If awarded a future contract, do you plan to utilize a Sub-Contractor? If so, please provide the following information. Company Name: Address: POC Email: DUNs Number: Business Size: Describe work to be completed by the Sub-Contractor: Describe work to be completed by Contractor: Does the Sub-Contractor have all the appropriate licensure and accreditation mentioned above? Contractor shall provide CLIA certificate of accreditation listing analyte specialties and sub-specialties listed in the PWS section 1.6.8 for itself and for its Sub-Contractor. Contractor shall provide a letter from the Sub-Contractor that demonstrates that the Sub-Contractor agrees to perform all tests not performed by the Contractor, to include those tests that the Contractor is not certified to provide itself. Contractor shall include any relevant comments for any attachments, if applicable.

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.