Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
DOCUMENT

Q -- esoteric or unusual laboratory testing - Attachment

Notice Date
11/17/2017
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25018Q0145
 
Response Due
1/5/2017
 
Archive Date
3/6/2017
 
Point of Contact
Harvey J. McGowan
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs VISN 10 Network Contracting Office 10, serving Indiana, Michigan and Ohio VA Medical Centers, is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, and/or HUBZone small businesses capable of serving the needs identified below. This sources sought is for open market as well as Federal Supply Schedule services. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 621511. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS NOW. PROJECT REQUIRMENTS: Background The Louis Stokes Cleveland VA Medical Center (LSCVAMC) have a need to for a third party vendor to provide esoteric laboratory service. The contract will be for a base with two options years. The LSCVAMC is seeking a third party vendor to provide esoteric laboratory services that can meet or exceed our required specifications. Because of this sources sought and market research, a solicitation will be publicly posted to GSA, and if no sources are found, to FBO.gov as well as sent to interested vendors regarding this requirement. The goal of this sources sought is to establish if there may be any small business vendors that can satisfy this requirement. Please advise if you can provide the service. Please submit all information to Contracting Officer Harvey J. McGowan. via e-mail: Harvey.mcgowan@va.gov by Monday, December 4, 2017 2:00pm EST. Anticipated Period of Performance: January 1, 2018 through December 31, 2018, with 2 option years. The intended delivery period shall be 30 days after award. Confidentiality of Information In accordance with FAR 52.227-14(b), the contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the contract. The Government has determined that the information/data that the Contractor will be provided during the performance of the contract is of a sensitive nature and cannot be disclosed in any manner. The Contractor, in whole or in part, can only make disclosure of the information/data, after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain about the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. Interested firms responding to this sources sought notice must adhere to the following: (a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages. (b) The capability statement must identify the responder's business type and size. (c) The capability statement must provide company name and address, point of contact, phone/fax/email and NAICS Code(s). (d) All capability statements must be submitted electronically no later than 2:00pm eastern standard time on Monday, December 4, 2017 to Contracting Officer Harvey J. McGowan, Harvey.mcgowan@va.gov. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality, no proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible businesses by the response date or if the Government determines that no small business concerns can perform this requirement based upon an evaluation of the capability statements submitted, the Government may proceed with a full and open competition. STATEMENT OF WORK Reference Laboratory Background: The Pathology & Laboratory Medicine Service of the Louis Stokes Cleveland VA Medical Center must be referred testing to an outside laboratory when the testing is medically necessary and not available within our Laboratory. A main Reference Laboratory that will support most the send out testing ordered by V.A. clinicians is needed. Scope: Pathology & Laboratory Medicine Service wishes to obtain an undetermined quantity, undetermined schedule task order to fund for this esoteric/referral testing against a NAC contract. Objectives: The Laboratory procured shall perform per the specifications set below. Tasks: To meet the needs of the P&LMS, the Reference Laboratory must meet the minimum requirements listed below. 1. The contractor must be able to perform all tests in compliance with the College of American Pathology (CAP) and Joint Commission standards. Testing availability must consist of Genetics, Oncology, Microbiology, Gene Sequencing, Allergy Profiles, HIV and HCV testing, Forensic and Pain Management drug screening, as well as others. 2. The contractor must be able to provide Pick-Up of patient specimens Monday Saturday, 8am 4pm. 3. The contractor must be able to report test results back the facility in electronic format and can transfer data directly into Vista in a time frame that is commercially accepted for that test (reasonable testing turn-around time). This interface must be bi-directional. 4. The referral lab should provide any/all special specimen collection containers 24 and 72-hour collection containers, viral transport, DNA probe media, etc. 5. The vendor must provide a secure interface to allow for electronic order entry and transmission to the testing laboratory as well as result transmission/retrieval and report printing at the referring site. Appropriate forms and requisitions must also be supplied. 6. The vendor will provide 24-hour customer support via telephone 365 days a year with minimal wait times (less than 3minutes). Computer support must also be available 24/7/365. 7. The vendor must can provide electronic invoices to the designated POC within (20) twenty days of monthly arrearage, not later than thirty (30) days arrearage. 8. Vendor must provide documentation of their most current Courier training within five (5) business days upon request of the facility. 9. Courier must sign a log documenting who picked up specimens, time of pick-up and number of specimen bags including storage condition at that time. This will be done at the time of pick-up. It will be the responsibility of the COTR to ensure that procedure is followed. 10.When supplies are needed, they are delivered within two business days of order under normal circumstances. Supplies under emergency circumstances shall be determined as needed, with delivery within industry accepted time for the circumstance. 11.The cost of freight is not authorized under this agreement (F.O.B. Destination). 12.The vendor must have a CLIA certificate and laboratory accreditation form an acceptable agency 13.The vendor must produce high quality results with a low error rate. 14.The vendor must make available (preferably electronically) clear and concise test processing requirements 15.The vendor must can add-on testing to previously shipped specimens within a reasonable timeframe (generally no shorter than 2 days). 16.The vendor must possess a testing request Research Team to assist with investigation of very unusual testing. Delivery: The acquisition of services must be secured by January 1, 2018. Government Furnished Property: N/A Security Requirements: There are no physical security requirements as this is a simple acquisition. There are Information Security elements related to this procurement which are covered in the national contract. Place of Performance: Vendor s Laboratories. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q0145/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0145 36C25018Q0145.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3912803&FileName=36C25018Q0145-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3912803&FileName=36C25018Q0145-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04744279-W 20171119/171117231245-db26ba6feaffb6d0d262c106c8939194 (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.