Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
DOCUMENT

Q -- Central Lab Serum Creatinine Testing - Attachment

Notice Date
8/10/2012
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Organization (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
VA24012R0127
 
Response Due
8/21/2012
 
Archive Date
10/20/2012
 
Point of Contact
LYNN.PORTMAN@VA.GOV
 
E-Mail Address
Contract Specialist
(LYNN.PORTMAN@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, or service disabled veteran owned small business) relative to NACIS 621511 (size standard of $13.5 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the Fedbizopps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offers will have to respond to the solicitation announcement, in addition to responding to this sources sought announcement. Synopsis of Requirement The VA Boston Healthcare System, MAVERIC CSPCC is seeking a central laboratory to perform serum creatinine assays for blood samples collecting from various VA Medical Centers. The laboratory will need to use a standardized, isotope dilution mass spectrometry (IDMS)-traceable method of measuring SCr. The MAVERIC CSPCC will therefore utilize a central laboratory to measure the pre-procedure study SCr and follow-up SCr values for endpoint ascertainment. The central laboratory will be testing the baseline blood sample of each randomized, de-identified subjects to determine the baseline serum creatinine level. Blood samples will also be taken on all subjects at 96 hours and 90 days following angiography and submitted to the central laboratory. A repeat (within 30 days) central laboratory blood specimen will be taken on the subset of subjects who show a 50% increase between their baseline and 90 day Scr measurements. The central laboratory will be required to work with the participating VA medical centers to ensure proper specimen processing, packaging and shipping of specimens. Results of the creatinine assays will be reported to the appropriate VA site and the MAVERIC CSPCC. The central laboratory will be required to provide the MAVERIC CSPCC with regular progress reports of specimens received and test results. To avoid errors related to calibration drift, a subject's three Scr measurements (baseline, 96 hours, 90 days) will be run at the same time; therefore the contractor must be capable of storing the specimens for approximately 90 days. Following this, the samples do not require further storage unless required for laboratory quality control purposes. The central laboratory will be responsible for receiving blood specimens from participating VA study sites, performing Scr testing, and providing reports detailing the number of specimens received and tested along with results in an electronic format to be determined, back to the participating VA Medical Center and MAVERIC CSPCC. The central laboratory will be responsible for purchasing return boxes and shipping used boxes they receive from participating sites back to the MAVERIC CSPCC. It is anticipated that samples will be shipped weekly. An estimated schedule of the volume of specimens is provided in the Table 1. Table 1. Total Number of Central Laboratory Samples per Year* Year One (N=3,072)Year Two (N=3072)Year Three (N=1536)Total 9,3399,3394,66923,347 If you are interested, and are capable of providing the required services please provide the requested information as indicated below. The contract period is anticipated to consist of a 12 month base period with two 12 month option periods for renewal. Market research is being conducted to determine interest and capability of potential sources for this requirement and make a determination as to whether this procurement can be set aside for small businesses. Firms with interest and capability to respond to this requirement should develop short narrative capability statements and past performance history of similar requirements including relevant experience and other information indicating and evidencing capability to successfully meet the aforementioned requirements. Responses to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "Hubzone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or veteran owned small business? Responses to this notice shall be emailed to lynn.portman@va.gov. This notice is to assist the VA in determining sources and developing an acquisition strategy. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/078797d82a670208a8a082fd74beacd7)
 
Document(s)
Attachment
 
File Name: VA240-12-R-0127 VA240-12-R-0127.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=435074&FileName=VA240-12-R-0127-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=435074&FileName=VA240-12-R-0127-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02835583-W 20120812/120811000916-078797d82a670208a8a082fd74beacd7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.