DOCUMENT
Q -- Fargo VA Anatomic Pathology Testing Services - Attachment
- Notice Date
- 5/7/2018
- Notice Type
- Attachment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;ATTN: Scott Hendrix;316 Robert Street N.;St. Paul MN 55101
- ZIP Code
- 55101
- Solicitation Number
- 36C26318Q0387
- Response Due
- 6/8/2018
- Archive Date
- 9/6/2018
- Point of Contact
- Scott Hendrix
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26318Q0387 Posted Date: 05/07/2018 Original Response Date: 06/08/2018 Current Response Date: 06/08/2018 Product or Service Code: Q301 Medical Laboratory Testing Set Aside (SDVOSB/VOSB): N/A NAICS Code: 621511 Medical Laboratories Contracting Office Address Department of Veterans Affairs Network Contracting Office 23 Warren E. Burger Federal Building and U.S. Courthouse 316 Robert Street N.; Suite 506 St. Paul, MN 5101 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document is also attached. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97 effective 01/24/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511, with a small business size standard of $32.5 Million. The Network Contracting Office 23, Warren E. Burger Federal Building and U.S. Courthouse 316 Robert Street N.; Suite 506; St. Paul, MN 5101 is seeking to purchase Anatomic Pathology Testing Services for the Fargo VA Health Care System (FVAHCS). All interested companies shall provide quotations for the following: SCOPE The Fargo VA Healthcare System Contracting Office in Fargo, ND intends to secure Reference Laboratory Testing services for the Fargo VA Health Care System Laboratory. Services shall include all required labor, equipment, supplies, and shipping/courier services as needed to meet the requirements per the attached Schedule of Items and Statement of Work. Contractor shall provide laboratory testing services to include: List of tests with reference ranges as applicable, specimen requirements, pick up and transport of specimens from VAMC to contractor s laboratory; processing and analysis of the specimen; and reporting of results electronically or via fax. Consultation regarding selection, collection, transportation and result interpretation shall also be provided when required. The contractor must be able to provide a broad range of specialized testing for the workup of surgical pathology and hematopathology cases. Testing is to include, but not limited, to flow cytometry, cytogenetics, FISH, anatomic pathology (immunohistochemical and special stains), and molecular studies. Requests for testing in some cases (e.g., immunohistochemistry stains, flow cytometry, FISH) may be limited to the technical component of the procedure. In these instances, the contractor shall provide electronic access to digital images of the stained slides or report printout (e.g. flow cytometry) for interpretation by the submitting pathologist. The contractor must provide the following services: (a) Provide all supplies necessary for collection, processing and shipping 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) Specimen collection supplies for specialized testing (3) Specimen shipping containers (4) Special instructions for handling of specimen (b) Contractor shall provide specimen pick-up services at the Fargo VA Healthcare System laboratory. Specimen pick-up services must be on an as needed basis, Monday through Friday, 8:00 AM to 5:00 PM. (c) Transport samples in accordance with the Department of Transportation shipping regulations for biological specimens and in such a manner as to ensure the integrity of the specimen. Contractor will supply any special preservatives required for specimen preservation. All specimens, including frozen specimens, shall be shipped in containers provided by contractor. Note: The contractor must be responsible for transporting and storing specimens for at least 7 days from the completed date of testing in such a manner as to insure the integrity of the specimen where applicable. (d) Perform requested assays or requested service. (e) Turn-around Time (TAT): Routine testing shall begin within 24 hours, or less, from time of specimen pick-up. Routine test result reports are preferred within 48 hours of specimen pick-up and must be reported in less than 72 hours or 3 calendar days. Results of specialized tests must be reported in less than 7 calendar days of specimen pick-up. Exceptions to Routine or Specialized test turnaround times may exist when a test that is required has a processing time longer than those stated above in accordance with the test set-up schedule as submitted by contractor with their offer. (f) Contractor shall provide a monthly billing summary to the Fargo VA Healthcare Pathology and Laboratory Medicine Service for testing provided at the end of each month following the month in which the service was delivered. (g) It is preferred that Contractor provides an on-line searchable test catalog available for inquiry of test methodology, specimen requirements, and reference ranges. However, at a minimum, Contractor must provide a Laboratory User s Manual, or similar documentation, to each 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, and specimen requirements and any special handling required. (h) Contractor shall have available a 24/7 client services hotline to answer specimen collection or processing questions. (i) Contractor shall provide information to VA Laboratory on test results by telephone, as needed, when there is information or a problem regarding the processing of a specimen. (j) Contractor shall provide pathology consult and interpretation services as needed when professional pathologist opinion is required by VA Laboratory. (k) Provide the VA Laboratory with a means of communication to permit immediate inquiry regarding the status of pending test. (l) Contractor shall have the ability to accept paper faxes and requisitions in the event the computer system is not operable. (m) Contractor shall have web-based system that enables referring pathologists remote review of reports and digital images related to specimens submitted for referral testing. The anticipated period of performance is October 1, 2018 through September 30, 2019 with four 12-month option periods (See Schedule of Services). Base Period 10/01/2018 09/30/2019 CLIN No. SUB-CLIN Description Estimated Qty. Unit Unit Cost Total Estimated Cost 0001 None CPT Code rates (all inclusive) and quantities as described in Attachment 1 CPT Code Listing. 1 Lot DO NOT PRICE $_______________ Place of Performance: Contractor s Facility Award shall be made to the offeror whose proposal offers the best value to the government, considering Technical Capability, Past Performance, Veterans Preference, and Price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017 FAR 52.209-7, Information Regarding Responsibility Matters JUL 2013 FAR 52.216-1, Type of Contract APR 1984 FAR 52.233-2 Service of Protest SEP 2006 VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors JUL 2016 (DEVIATION) VAAR 852.233-70 Protest Content/Alternate Dispute Resolution JAN 2008 VAAR 852.233-71 Alternate Protest Procedure JAN 1998 VAAR 852.270-1 Representatives of Contracting Officers JAN 2008 FAR 52.212-2 Evaluation Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items JAN 2017 To include the following Addenda: 52.216-18 Ordering 52.216-19 Ordering Limitations 52.216-22 Indefinite Quantity 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-19 Availability of Funds for the next Fiscal Year 852.203-70 Commercial Advertising 852.203-71 Display of Department of Veterans Affairs Hotline Poster 852.215-71 Evaluation Factor Commitments 852.232-72 Electronic Submission of Payment Requests 852.237-70 Contractor Responsibilities 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-18 Commercial and Government Entity Code Maintenance 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.227-14 Rights in Data General 52.232-40 Providing Accelerated Payments to Small Business Sub-Contractors 852.271-70 Nondiscrimination in Services Provided to Beneficiaries FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Nov 2017 The following subparagraphs of FAR 52.212-5 are applicable: Subsection (a) in its entirety Subsection (b): (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). (7) 52.204 15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (45) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). Subsection (c): (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). Subsection (d) in its entirety Subsection (e) in its entirety All quoters shall submit the following: See Proposal Submittal Instructions within the attached Solicitation. All quotations shall be sent to: See Proposal Submittal Instructions within the attached Solicitation. This is an open-market combined synopsis/solicitation for Anatomic Pathology Testing services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 1:00pm CST on 06/08/2018 via email to scott.hendrix@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer at scott.hendrix@va.gov. Point of Contact Scott Hendrix at scott.hendrix@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/36C26318Q0387/listing.html)
- Document(s)
- Attachment
- File Name: 36C26318Q0387 36C26318Q0387_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282048&FileName=36C26318Q0387-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282048&FileName=36C26318Q0387-000.docx
- File Name: 36C26318Q0387 S02 36C26318Q0387 - Solicitation.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282049&FileName=36C26318Q0387-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282049&FileName=36C26318Q0387-001.docx
- File Name: 36C26318Q0387 S02 Attachment 1 - CPT Code Listing.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282050&FileName=36C26318Q0387-002.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282050&FileName=36C26318Q0387-002.xlsx
- File Name: 36C26318Q0387 S02 Attachment 2 - QASP-AP reference testing.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282051&FileName=36C26318Q0387-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282051&FileName=36C26318Q0387-003.docx
- File Name: 36C26318Q0387 S02 Attachment 3 - VHA Handbook 1106.01 Pathology and Laboratory Medicine Services Procedures.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282052&FileName=36C26318Q0387-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282052&FileName=36C26318Q0387-004.pdf
- File Name: 36C26318Q0387 S02 Attachment 4 - Immigration and Nationality Act Certification.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282053&FileName=36C26318Q0387-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282053&FileName=36C26318Q0387-005.docx
- File Name: 36C26318Q0387 S02 Attachment 5 - Past Performance Questionnaire - Anatomic Pathology Testing.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282054&FileName=36C26318Q0387-006.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282054&FileName=36C26318Q0387-006.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26318Q0387 36C26318Q0387_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4282048&FileName=36C26318Q0387-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Fargo VA Health Care System;2101 Elm Street N.;Fargo, ND
- Zip Code: 58102
- Zip Code: 58102
- Record
- SN04913738-W 20180509/180507230948-081a5e12a9a390b0c41fa45d9e22554a (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 |