Skip to content
Department of Veterans Affairs

Q301--Lab Anatomical Service for Fort Harrison Montana

Solicitation: 36C25926Q0242
Notice ID: bdda1399345a47ce9943b8720899b95a
TypeCombined Synopsis SolicitationNAICS 621511PSCQ301DepartmentDepartment of Veterans AffairsStateMTPostedFeb 24, 2026, 12:00 AM UTCDueMar 20, 2026, 03:00 PM UTCCloses in 24 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MT. Response deadline: Mar 20, 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 $201,956,474 • 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 →
Map for MT
Live POP
Place of performance
Fort Harrison VA Medical Center 3687 Veterans Dr • Fort Harrison, Montana • 59636 United States
State: MT
Contracting office
Greenwood Village, CO • 80111 USA

Point of Contact

Name
Kadarius Griffin
Email
Kadarius.Griffin@va.gov
Phone
405-456-5851

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 19 (36C259)
Office
Not available
Contracting Office Address
Greenwood Village, CO
80111 USA

More in NAICS 621511

Description

Request for Quote (RFQ) #: 36C25926Q0242 Lab Anatomical Pathology Services 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.

  • The deadline for all questions is 10:00am CST March 4, 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 are to be provided to kadarius.griffin@va.gov no later than 10:00am CST, March 20th, 2026.

Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0242. 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. The North American Industrial Classification System (NAICS) code for this procurement is 621511 Medical Laboratories with a business size standard of $41.5 Million. This solicitation is unrestricted. List of Line Items; Line Items Description Quantity Unit of Measure Unit Price ($) Total Price ($) 0001 Base Ordering Period 88321 Basic consultation slides. Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 140 5-YR 0002 Base Ordering Period 88323 Basic Consultation Blocks Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 140 5-YR 0003 Base Ordering Period 88312 Acid fast/ gram/fungus/pas Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 20 5-YR 0004 Base Ordering Period 88313 Congo Red/GMS Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 20 5-YR 0005 Base Ordering Period 88300 Surgical Path Level I Gross Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 40 5-YR 0006 Base Ordering Period 88302 Surgical Path Level II Gross Micro Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 200 5-YR 0007 Base Ordering Period 88304 Surgical Path Level III Gross Mircro Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 360 5-YR 0008 Base Ordering Period 88305 Surgical Path Level IV Gross Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 3080 5-YR 0009 Base Year Ordering Period 88307 Surgical Path Level V Gross Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 40 5-YR 0010 Base Year Ordering Period 88309 Surgical Path Level VI Gross Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 40 5-YR 0011 Base Year Ordering Period 88312 Special Stains Group 1 Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 10 5-YR 0012 Base Year Ordering Period 88313 Special Stains Group 2 Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 10 5-YR 0013 Base Year Ordering Period 88342 immunohistochemistry + immunoperoxidase stain Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 15 5-YR 0014 Base Year Ordering Period 89060 Crystal Identification by light microscopy Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 10 5-YR 0015 Base Year Ordering Period 88173 Eval of FNA; interpretation & report Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 5 5-YR 0016 Base Year Ordering Period 88311 Decalcification Fort Harrison VAMC Period of Performance: 07/01/2026-06/30/2031 25 5-YR Total Price Description of Requirements for the items/Services to be acquired: The requirement is for Anatomical pathological services, please reference attached Statement of Work (SOW). Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at Fort Harrison VA Medical Center 3687 Veterans Drive Fort Harrison MT 59636. 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. 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. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror 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: (I) Technical capability or quality offered to meet the Government requirement; (II) Price; (III) Past Performance. Volume I - Technical capability or quality to meet the Government requirement. The offeror shall submit its quote demonstrating how it meets the requirements of the Statement of Work (SOW) and solicitation. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. The offeror shall price all line items. Volume III Past Performance Offerors shall provide a maximum of three (3) recent and relevant past efforts (as defined below) to demonstrate their ability to perform the proposed work. If a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it shall be submitted. If not providing CPARS evaluation past performance references must include contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. To be recent past performance is defined as not more than five years from the RFQ release date of this solicitation. . (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition. ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor I. Technical capability or quality offered to meet the Government requirement Factor II. Price Factor III. Past Performance Evaluation Approach. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers: Factor I. Technical capability or quality offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor II. Price: The Government will evaluate the price by adding the total of all line-item prices. The Government may use various price analysis techniques and procedures to make price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the service offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. Factor III. Past Performance: The Government will evaluate on how well the offeror identified performance relates to the requirement procured under the SOW for this procurement to determine relevancy. How well the offeror performed on identified contracts shall be used to assess performance confidence. 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 applies to this acquisition 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 its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. The following RFO clauses are incorporated by reference: Applicable (X) Number Title X 52.203-17 Contractor Employee Whistleblower Rights X 52.203-19 Prohibition on Requiring Certain Internal Confidentiality X 52.204-9 Personal Identity Verification of Contractor Personnel X 52.204-13 System for Award Management Maintenance X 52.204-91 Contractor identification X 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations X 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. X 52.222-3 Convict Labor X 52.222-35 Equal Opportunity for Veterans. X 52.222-36 Equal Opportunity for Workers with Disabilities. X 52.222-37 Employment Reports on Veterans X 52.222-41 Service Contract Labor Standards X 52.222-42 Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage-Fringe Benefits _____________ __________________________ _____________ __________________________ X 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) X 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment X 52.222-50 Combating Trafficking in Persons. X 52.222-54 Employment Eligibility Verification X 52.222-62 Paid Sick Leave Under Executive Order 13706 X 52.223-23 Sustainable Products and Services X 52.224-3 Privacy Training X 52.224-3 with Alt I Privacy Training, with Alternate I X 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. X 52.232-33 Payment by Electronic Funds Transfer System for Award Management X 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. X 52.233-3 Protest After Award X 52.233-4 Applicable Law for Breach of Contract Claim X 52.240-91 Security Prohibitions and Exclusions X 52.240-93 Basic Safeguarding of Covered Contractor Information Systems X 52.244-6 Subcontracts for Commercial Products and Commercial Services 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 the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items: VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.204-70 Personal Identity Verification of Contractor Personnel VAAR 852.204-71 Information and Information Systems Security VAAR 852.208-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors - Orders or BPAs VAAR 852.208-71 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments - Orders and BPAs VAAR 852.211-76 Liquidated Damages - Reimbursement for Data Breach Costs VAAR 852.219-70 VA Small Business Subcontracting Plan Minimum Requirements VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer VAAR Provisions are incorporated as follows: VAAR 852.209-70 Organizational Conflicts of Interest 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 of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following RFO provisions are to be incorporated by reference: Applicable (X) Number Title X 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions X 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation X 52.204-7 System for Award Management Registration X 52.229-11 Tax on Certain Foreign Procurements Notice and Representation The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to kadarius.griffin@va.gov by 10:00am CST, March 20, 2026. Name and email of the individual to contact for information regarding the solicitation: Kadarius Griffin Kadarius.griffin@va.gov NCO19Lab@va.gov

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.