SOURCES SOUGHT
Q -- Clinical Lab Testing Services for the Navajo Area Service Units
- Notice Date
- 2/20/2020 1:32:04 PM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- 75H71020R00006
- Response Due
- 3/11/2020 2:00:00 PM
- Archive Date
- 03/12/2020
- Point of Contact
- Kerri Gilmore
- E-Mail Address
-
Kerri.Gilmore@ihs.gov
(Kerri.Gilmore@ihs.gov)
- Description
- INTRODUCTION This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources. Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. BACKGROUND The Navajo Area Indian Health Service (NAIHS) is charged with providing health care services to the eligible Native American population within 25,516 square miles in northern Arizona, western New Mexico, and southern Utah, with three satellite communities in central New Mexico.� In order to achieve IHS� commitment for improving Navajo Area�s health care system, to allow better access to level of care, the IHS intends to identify potential sources for providing Clinical Laboratory Testing Services in support of direct patient care. Clinical reference laboratory testing services on ""as needed"" basis for IHS-NAVAJO AREA which will encompass 11 Service Units and Health Centers.�� Contractor will provide the necessary resources to ensure laboratory specimens are picked up, delivered, and tested at the designated reference site.� These duties encompass general lab testing in lab areas such as Hematology, Coagulation, routine and specialized Chemistry, Immunohematology, Microbiology, Urinalysis, etc., to include specimen collection, specimen pickup/transport, testing, and reporting. General requirements: 1.����������� The Contractor shall ensure that all laboratory technical personnel are trained, competent, and licensed in accordance to CLIA�88 Standards. 2.����������� The Contractor�s personnel performing services under this contract shall be accredited by an accrediting agency such as The Joint Commission, College of American Pathologist, or Centers for Medicare and Medicaid Services. The Government does not intend to make an award on the basis of the Sources Sought Notice or otherwise pay for the information provided herein. RESPONSE INFORMATION THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM�S CAPABILITY AND EXPERIENCE IN� CLINICAL LABORATORY TESTING SERVICES The capability statement shall sufficiently address how the responder�s services will be delivered to the target population in the proposed project in a manner that promotes patient safety and improved clinical quality. The methodology must ensure that the offeror has the capacity to take part in a large-scale implementation of the projected solution. In particular, the responders SHALL address each of the following information: ������������� Contractor�s past performance information that is relevant to this requirement in terms of type and magnitude of work. ������������� Contractor�s capability to simultaneously implement, support and maintain clinical laboratory testing services for remote health care facilities in Navajo Area. ������������� Contractor�s methodology to encourage and achieve engagement of patients and providers throughout the project period. ������������� Contractor�s estimated implementation schedule with associated time milestones. ������������� Contractor�s perceived outline of responsibilities (i.e. contractor and federal staff) ������������� Brief overview of contractor and contractor staff qualifications/certifications. INSTRUCTIONS TO INDUSTRY All capable parties are encouraged to respond. Responses must directly demonstrate the company�s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, and telephone number(s), and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives. e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Company�s System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information 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 on a government GPE. 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).� Responses must be submitted via email, no later than 3:00pm MST on March 11, 2020.� No questions will be accepted. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is ten (10) pages. Primary POC: Kerri Gilmore Contract Specialist Email: Kerri.Gilmore@ihs.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/23f178de0e364faabdc05f1b561d12c8/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05567523-F 20200222/200220230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |