DOCUMENT
Q -- Medical Laboratory Testing Services Minneapolis VA Health Care System - Attachment
- Notice Date
- 11/16/2012
- Notice Type
- Attachment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Michael Reed;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26313R0180
- Response Due
- 12/10/2012
- Archive Date
- 2/8/2013
- Point of Contact
- Michael Reed
- E-Mail Address
-
l.reed1@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Veterans Affairs Network 23 Contracting Office, Minneapolis, Minnesota, intends to solicit for a contract for the Minneapolis VA Health Care System (MVAHCS), One Veterans Drive, Minneapolis, MN 55417 Department of Pathology and Laboratory Medicine for Stat Esoteric Testing Services, to include bone marrow, neuropathology and surgical, anatomic pathology consults. This pre-solicitation notice is posted so that interested parties note the upcoming solicitation. Email responses from qualified contractors are requested. Interested contractors shall send notice to Contracting Officer Michael Reed, michael.reed1@va.gov, informing him of their interest. Contractors shall include a statement in their email, certifying that their firm is capable of meeting all of the criteria detailed in the Planned Statement of Work, below. Contractor replies to this pre-solicitation notice will be used as market research, with the specific purpose of determining the most efficient method of soliciting for the requirement, including whether a sole source award should be made (in the case that only one qualified firm responds to this pre-solicitation notice). ANTICIPATED CONTRACT TYPE AND TERM The VA anticipates award of a firm, fixed-price, indefinite delivery indefinite quantity commercial services contract. Contract use will be limited to the Minneapolis VA Health Care System only. The planned period of the contract shall be from date of award through twelve (12) months with the options to extend the contract for up to four (4) additional 12-month periods. Total contract will not exceed five years. PLANNED STATEMENT OF WORK The Pathology & Laboratory Medicine Service at the MVAHCS requires the services of a contractor to provide specialized specific diagnostic testing and pathology consult services that are not provided by the Minneapolis VAHCS. Testing needs may consist of, but are not limited to, stat and emergent drug levels and beta-2-tranferrin assays; quantitative cryoglobulin levels with identification; HLA typing; coagulation factor assays; direct and indirect immunofluorescence, consultation on complex anatomic pathology cases, including transplant pathology; and gross and microscopic neuropathology evaluations conducted on site at the Minneapolis VAHCS. These services require a CAP-certified, CLIA-accredited laboratory with the ability to perform a wide menu of stat drug testing. The contractor's laboratory must be able to provide services Monday through Sunday. The laboratory must be able to determine levels of the following on a stat or emergent basis: Amikacin Cyclosporine (by HPLC) Methotrexate Quinidine Sirolimus (by HPLC) Tacrolimus (by HPLC) Tobramycin Beta-2-Transferrin Anticipated annual testing services and volumes are as follows: ITEM DESCRIPTION OF QTY UNIT NO. SUPPLIES/SVCS 1 20.00 EA AMIKACIN CPT CODE # 80105 2 280.00 EA CYCLOSPORINE CPT CODE# 80158 3 60.00 EA METHOTREXATE CPT CODE # 83520 4 1.00 EA QUINIDINE CPT CODE # 80194 5 95.00 EA SIROLIMUS (RAPAMYCIN) CPT CODE# 80195 6 600.00 EA TACROLIMUS (FK506) CPT CODE# 80197 7 10.00 EA TOBRAMYCIN CPT CODE # 80200 8 20.00 EA ASPERGILLUS GALACTOMANNAN ANTIGEN BY EIA CPT CODE # 87305 9 10.00 EA BETA - TRANSFERRIN CPT CODE # 86334 10 50.00 EA COMPLEMENT CH50, TOTAL CPT CODE # 86162 11 4.00 EA LUPUS PTT w/AL CPT CODE # 85730 12 15.00 EA RISTOCERTIN COFACTOR CPT CODE # 85245 13 15.00 EA Von WILLEBRAND ANTIGEN CPT CODE # 85246 14 1.00 EA FACTOR VIII ASSAY CPT CODE # 85240 15 1.00 EA FACTOR IX assay CPT CODE # 85250 16 6.00 EA FACTOR X CHROMOGENIC CPT CODE # 85260 17 1.00 EA FACTOR XI ASSAY CPT CODE # 85270 18 1.00 EA FACTOR XII ASSAY CPT CODE # 85280 19 1.00 EA ANTI -Xa (HEPARIN ASSAY) CPT CODE # 85520 20 1.00 EA FIBRINOGEN CPT CODE # 85384 21 2.00 EA PTT CPT CODE # 85730 22 5.00 EA INR PROTIME CPT CODE # 85730 23 2.00 EA ACTIVATED PROTEIN C RESISTANCE CPT CODE # 85307 24 1.00 EA PLASMINOGEN CPT CODE # 85420 25 1.00 EA AMINO ACID, SINGLE TIMED CPT CODE # 82131 26 1.00 EA CHROMOSOME CULTURE, FANCONI ANEMIA CPT CODE # 88230, 88249 27 40.00 EA CORTISOL, URINE, FREE BY LC-MS/MS CPT CODE # 82530 28 150.00 EA CRYGLOBULIN QUANTITATIVE CPT CODE # 82595 29 80.00 EA CRYOGLOBULIN IDENTIFICATION CPT CODE # 86334 30 20.00 EA FAT FECES,QUANTITATIVE CPT CODE # 82710 31 4.00 EA SENSITIVITIES QUANT CPT CODE # 87181 32 10.00 EA E TEST FOR DAPTOMYCIN SUSCEPTIBILITY STUDIES, ANTIMICROBIAL AGENT AGAR DILUTION CPT CODE # 87181 33 5.00 EA E TEST FOR TIGECYCLINE SUSCEPTIBILITY STUDIES, ANTIMICROBIAL AGENT AGAR DILUTION CPT CODE # 87181 34 2.00 EA $17.7900 $35.58 FUNGAL SUSCEPTIBILITITES CASPOFUNGIN OR ITRACONZOLE OR VORICINIZOLE OR AMPHOTERICIN B OR 5- FLUOROCYTOSINE OR KETOCONAZOLE OR POSACONAZOLE OR FLUCONAZOLE CPT CODE # 87181 FOR EACH ANTIBIOTIC 35 2.00 EA POLYMYXIN B SUSCEPTIBILITY SUSCEPTIBILITY STUDIES, ANTIMICROBIAL AGENT, DISK METHOD, PER PLATE CPT CODE # 87184 36 2.00 EA BACTERIAL CULTURE, FOR HEMOLYTIC UREMIC SYNDROME (STOOL) CPT CODE # 87077 37 2.00 EA SHIGA TOXIN E.COLI ANTIGEN, FECES INFECTIOUS ANTIGEN DETECTION BY EIA, SHIGA - LIKE TOXIN CPT CODE # 87899 x2 38 2.00 EA HLA DNA PREP CPT CODE # 83890 39 2.00 EA HLA B27 TYPING CPT CODE # 86182 40 20.00 EA PATHOLOGY CONSULATION AND REPORT, OUTSIDE CASE CPT CODE # 88321 41 2.00 EA PATHOLOGY CONSULT AND REPORT, WITH SLIDE PREP CPT CODE # 88323 42 20.00 EA IMMUNOHISTOCHEMISTRY ( EACH STAIN) CPT CODE # 88342 44 2.00 EA STAIN GROUP I (EACH STAIN) CPT CODE # 88312 46 45.00 EA DIRECT IMMUNOFLUORESCENCE, SKIN IMMUNOFLUORESCENCE (PER ANTIBODY) INCLUDES INTERPRETATION CPT CODE # 88346 ( EACH ANTIBODY) 47 15.00 EA INDIRECT IMMUNOFLUORESCENCE, BLOOD IMMUNOFLUORESCENCE ( PER ANTIBODY) INCLUDES INTERPRETATION CPT CODE # 88347 (EACH ANTIBODY) 48 30.00 EA NEUROPATHOLOGICAL GROSS EXAM, MICROSCOPIC EXAM AND REPORT ON AUTOPSY BRAIN CPT CODE # 88037 49 1.00 EA FACTOR X ASSAY CPT CODE # 85260 50 25.00 EA HLA- A,B AND C ssop TYPING (CLASS 1 INTERMEDIATE RES) CPT CODES: 83912 x2, 83898 x2, 83896 x20, 83896 x20 51 25.00 EA HLA - DR/DQ ssop TYPING (CLASS 1 INTERMEDIATE RESOLUTION) CPT CODES: 83912 x2, 83898 x2, 83896 x20, 83896 x20 52 5.00 EA DNA MARKER, POST BMT ENGRAFTMENT, NON-SEPARATED BLOOD (POSTENFT) CPT CODES #83891, 83912 83900, 83901 x8, 83909 53 5.00 EA DNA MARKER, POST BMT ENGRAFTMENT,SEPARATED BLOOD/BONE MARROW (POSTENFT) CPT CODES # 83891 x2, 83912, 83900, 83901 x8, 83909 43 20.00 EA Immunohistochemistry stain- w/ Professional Interpretation CPT 88342-26 45 2.00 EA STAIN GROUP I (EACH STAIN) w/Professional Interpretation CPT CODE # 88312 54 220.00 EA Lab Service, Miscellaneous Qualified contractors must be capable of providing all of the listed services, including list of tests with reference ranges, specimen requirements, processing and analysis of the specimen; and reporting of stat specimen results through a phone call within 4 hours of carrier pickup (carrier pick up is expected with 30 minutes of requesting) and hard copy within 2 days to the MVAHCS. Consultation regarding selection, collection, transportation and result interpretation shall also be provided when required. The contractor must provide the following services: (a) Provide the following for transport of the specimens to include: (1) Lab test request forms (it is possible that vendor may need to customize forms to include information required by the VA) (2) Special instructions for handling of specimen (3) Specimen collection supplies for specialized testing. (b) Analyze samples. (c) Contractor shall provide a monthly billing for tests provided each month following the month in which the service was delivered. (d) Contractor shall consult with VA Laboratory on test results by telephone as needed. (e) Provide the VA Laboratory with a means of communication to permit immediate inquiry regarding the status of a pending test. (f) A Laboratory User's Manual or similar documentation will be provided to the VA Laboratory. The manual shall include a list of all tests that the Contractor can provide along with the testing methodology used for each test, test reference ranges, length of time of testing, which days the test is run, and specimen requirements and any special handling required. (g) Provide the courier service for transport of specimens. The VA Laboratory reserves the right to request the results of any proficiency testing that the contractor subscribes. Licensing and Accreditation The Contractor's shall assure compliance of all procedures and practices by the following accrediting agencies, and the facility and employees shall have all licenses, permits, accreditation, professional certifications and qualifications required by federal and state law to provide laboratory testing and consult services. This may include: (a) Accreditation by the College of American Pathologists (CAP) (b) Accreditation by the Centers for Prevention and Disease Control (CDC) Contractor Qualification Requirements (a) The pathologists for interpretive reports and/ or on-site consultation must have an unrestricted license to practice medicine in one of the states or territories of the United States of District of Columbia. (b) The pathologist(s) providing neuropathology consultation must be board-certified in neuropathology. It is desired the pathologist(s) have at least 5 years experience in neuropathology. (c). Consultant anatomic pathologists must have national reputations in their areas of specialization, as evidenced by ongoing publication in academic journals and/ or presentations at national pathology meetings. Special attention will be paid to expertise in transplant and gynecologic pathology. The qualifications of such personnel shall also be subject to review by Minneapolis VAHCS Pathology and Laboratory Medicine Director. VA reserves the right to approve the assignment of individual personnel furnished by the Contractor to perform the functions specified in the contract. Test Sample Preparation The VA laboratory shall be responsible to provide laboratory specimens prepared in accordance with the contractor's Laboratory User's Manual. All specimens will be properly identified and labeled for testing. The contractor shall provide an adequate supply of requisition forms, special instructions and a current list of tests with reference ranges and specimen requirements. These requirements shall be defined in the laboratory user's manual. Transport of Specimens In order to allow for stat testing of drug levels, the transport time for the specimens to the contractor is required to be no more than 1 hour from pick-up at Minneapolis VAHCS to arrival at the contractor's laboratory for testing. (Carrier pick up shall be within 30 minutes of request.) Turn Around Time Contractor shall provide stat results of amikacin levels, methotrexate levels, and beta-2-transferrin levels within 4 hours of receipt of specimen. Contractor shall report levels of cyclosporine, sirolimus, and tacrolimus within 24 hours of receipt of specimen. Final written results report of quantitative cryoglobulin determinations with cryoglobulin identification are desired within 7 days. The contractor shall provide a faxed report on anatomic pathology consultation cases within 4 working days of receipt of specimen, unless additional testing such as immunohistochemistry or molecular gene rearrangement studies is required. Reporting of Test Results A report is defined as a printed final copy of pathology interpretive consult. Consult reports shall be sent by contractor to a secured MVAHCS Laboratory fax number located in the Minneapolis VAHCS Pathology & Laboratory Medicine Service office. If results are telephoned prior to sending, the written report must include the name of the individual notified of the results, date and time of telephone report. Each consult report shall at a minimum indicate the following information: (a)Patient's name and identification code (b)Physician's name (if supplied) (c)Minneapolis VA Health Care System (d)Patient's location, e.g. clinic, ward (if supplied) (e)Test ordered (f) Date/time of specimen collection (when available) (g)Date/time specimen received in Reference Lab (h)Date test completed (i)Test result (j)Flag abnormal results (k)Reference Range (l)Toxic and/or therapeutic range where applicable (m)Name of testing laboratory (contractor and/or subcontractor) (n)Testing laboratory specimen number (o)Type of specimen (p)Comments related to the test provided by the submitting lab (q)Information that may indicate a questionable validity of test results (r)Unsatisfactory specimen shall be reported with reason as to its unsuitability for testing Quality Control To ensure proper handling and test performance, the contractor shall provide the following updated information upon request during the life of the contract: (a)For quality purposes, tests routinely performed in duplicate should be indicated. (b)Coefficient of variation of quality control samples of all tests or specified tests the laboratory performs. (c)Proficiency testing data shall include a list of tests outside of the ± 2 SD range for the past two years. Contractor shall notify the laboratory of any test falling outside ± 2 SD range during the contract period. (d)Contractor shall provide address of processing sites under contract, including subcontracted testing location sites. (e)The contractor(s) facilities, methodologies (defined as the principal of the method and references), and quality control procedures may be examined by representatives of the VA at any time during the life of the contract. (f)Contractor agrees to maintain the minimum acceptable service, reporting systems and quality controls as specified herein. Immediate (within 24 hours) notification must be given to VA upon adverse action by a regulatory agency. Testing Summaries Contractor shall provide the VA Laboratory a testing summary report each month following the month in which the testing service was provided. At the end of each contract year a cumulative (year-to-date) report shall be submitted to the VA providing the name of test ordered, price of test, cumulative totals and a total of all funds spent by that VA facility on laboratory testing services. Testing Changes The Contractor shall advise the VA of any changes in assay methodology, procedures, reference ranges and any new tests introduced. In the event that the contractor changes the assay procedures or a critically important component of an assay (e.g., an antibody, purified antigen, etc.) the contractor shall notify the VA Contracting Office and the VA Laboratory Director prior to the intended change. He shall provide documentation that the quality and efficacy of the test will remain unchanged or will be improved. Changes in the assay material, testing procedures or methodology that have not been reviewed and pre-approved by VA Laboratory Director and mutually agreed upon in writing between the contractor and the VA Contracting Officer, may be sufficient cause for the VA to use an alternate contractor for that specific test for the duration of the contract. Contractor Telephone Numbers Contractor shall provide telephone number(s) and contact person(s) to be used by the VA Pathology & Laboratory Medicine Service for specimen inquiries, and Lab Technical/Pathologist consultation. There must be someone available at the number(s) provided at all times, 24/7, including weekends and holidays. Phone Number Specimen Inquiries: Lab Technical Director/Pathologists: Subcontracting Approval If Contractor intends to use a subcontractor to provide any of the testing required under this contract, Contractor shall be responsible for finding a subcontractor laboratory with appropriate licensure and accreditation. Contractor shall notify the VA Contracting Office of any plan to use a subcontractor or make a subcontractor change, and request a prior acceptance and approval from VA. Quality Assurance The government will evaluate the Contractor's performance and the Contractor performance will be monitored to determine if it meets the contract standards. A variety of methods may be used. Nonperformance or substandard task performance will be documented if and when it occurs. The Technical Representative will follow the methods of surveillance specified in the Performance Measures. Performance Measures The following performance measures will be regularly tracked and monitored throughout the effective period of this contract by the Technical Representative and reported to the Contracting Officer. Acceptable performance on these measures, along with other factors, will be primary indices of contractor performance and a key consideration in contract renewal decisions. Performance will be monitored using the following criteria: Action/Test/ReportTurnaround time (TAT)Acceptable Performance Stat test for drug levels (amikacin, tobramycin, methotrexate)Within 4 hours of specimen receipt.80% of all stat tests submitted Urgent drug levels (cyclosporine, sirolimus, tacrolimus)Within 24 hours of specimen receipt.80% of all urgent tests submitted Quantitative cryoglobulin levels with identificationWithin 7 days of specimen receipt80% of all tests submitted Final surgical pathology consultation report completionWithin 4 working days of specimen receipt for cases not requiring additional studies80% of all consults submitted VA Technical Representative The Contracting Officer shall designate a Technical Representative to coordinate and monitor the work to be completed under this contract. Ordering Procedures The planned contract does not obligate any funding, therefore, the Contractor shall provide services under this contract only as directed in task orders. Task orders for bulk dollar amounts will be issued during the contract period. Any warranted VA Contracting Officer or Purchasing Agent is authorized to issue task orders under this contract. Laboratory personnel, that have been authorized by the VA contracting officer, may place verbal or written orders with the contractor to meet their testing needs, up to the bulk task order total. The contractor will be required to inform the VA contracting officer when each task order reaches 80% of the total bulk dollar amount. In accordance with FAR 16.505, each task order will include the following: (i) Date of order (ii) Contract number and order number (iii) Contract item number and description, quantity, and unit price or estimated cost or fee (iv) Delivery or performance date (v) Place of delivery or performance (including consignee) (vi) Packaging, packing, and shipping instructions, if any (vii) Accounting and appropriation data (viii) Method of payment and payment office, if not specified in the contract (ix) Any other pertinent information. Invoices shall be sent to:Department of Veterans Affairs Financial Services Center P O Box 149971 Austin TX 78714-9971 Customer Service Phone: 877-353-9791 Contractor must furnish a designated point of contact for placing orders. Orders for laboratory testing services shall be sent to Contractor through the contact person listed below at the following address: (Offeror to complete) Vendor's Contact Person: _____ ______ Telephone Number: _______________ FAX Number: ______________ Address: ____________ It is anticipated that the solicitation will be issued on or about December 1, 2012, with proposals due to the Contracting Officer on or about December 10. Award is planned prior to December 31, 2012. All questions should be submitted in writing to Contracting Officer Michael Reed, via email to: michael.reed1@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26313R0180/listing.html)
- Document(s)
- Attachment
- File Name: VA263-13-R-0180 VA263-13-R-0180.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=528082&FileName=VA263-13-R-0180-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=528082&FileName=VA263-13-R-0180-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-13-R-0180 VA263-13-R-0180.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=528082&FileName=VA263-13-R-0180-000.docx)
- Place of Performance
- Address: Minneapolis VA Health Care System;One Veterans Drive;Minneapolis Minnesota
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02932931-W 20121118/121116235041-da0f4ab5433adefe989e89b493c673d9 (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 |