Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2021 SAM #7328
SOLICITATION NOTICE

Q -- Specialized Genetic Reference Lab (IDIQ)

Notice Date
12/22/2021 2:04:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25722Q0055
 
Response Due
11/23/2021 12:00:00 PM
 
Archive Date
01/22/2022
 
Point of Contact
Marcellus Jackson, Contract Specialist, Phone: 210-694-6376
 
E-Mail Address
marcellus.jackson@va.gov
(marcellus.jackson@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpartĀ  12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 36C25722Q0055 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. This solicitation is issued as a Total Small Business Set-Aside, with the associated NAICS Code of 621511, which has a small business size standard of $35.0 M. See attached schedule for the contract line items number(s), quantities, and options requested in this solicitation. This requirement is for providing Specialized Genetic Reference Laboratory Testing Services (IDIQ), for the South Texas Veterans Health Care System, 7400 Merton Minter Blvd, San Antonio, TX 78229. The anticipated base Period of Performance for the service is approximately 12 January 2022 11 January 2023. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See item (xi) below for additional submission requirements. The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Evaluation of the offers received in this solicitation will be conducted by Comparative Evaluations of offers. Offerors will be evaluated for technical capability and past performance with the documentation provided with the offer. Offerors who have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. This acquisition includes additional submission requirements. Additional submission requirements include: Contractor must provide a signed copy of the solicitation document, SF1449, and acknowledgement of any amendments that were posted during the solicitation. Contractor may submit pricing within the attached schedule (SF1449) in the solicitation or provide pricing in their own format (MS or PDF). Contractor must provide Professional Staff Curricula Vitae (SOW, Paragraph IV) [Quality]. Contractor must provide Technical Staff Competency Skills Assessment (SOW, Paragraph IV) [Quality]. Contractor must provide Technical and Courier Staff Shipping and Handling of Laboratory Specimens/Hazardous Materials Training and Assessment (SOW, Paragraph IV) [Quality]. Contractor must provide Proficiency Examination Exception Reports for the past two (2) years (SOW, Paragraph IV) [Quality]. Contractor must provide Policy, list of tests and associated results for critical and alert value notification (SOW, Paragraph IV) [Quality]. Contractor must provide Description of Performance Improvement (Quality Assurance) Program/Plan (SOW, Paragraph IV) [Quality]. Contractor must provide Current year performance improvement monitors that include and not limited to demonstration of number of lost/damaged specimens, number of cancelled specimens, delays in turnaround times (including but not limited to due to lack of staffing, lack of availability of reagents, instrumentation issues, etc.), resolution of complaints, errors in reporting patient results, and courier route delays/cancellations. (SOW, Paragraph IV) [Quality]. Contractor must include with their offer a description of the shipping supplies that will be provided and any other special instructions for shipment of patient specimens to the contractor s testing facility (SOW Paragraph C.1) [Transportation Services]. Contractor must provide a detailed plan describing their customer service strategies for STVHCS if Contractor s specimen processing personnel are located on site at the facility or if they are not located on site at the facility. This plan shall address the capability and/or availability of the commercial reference laboratory Contractor to provide the following services and, if applicable; specify how this service will be accomplished, by whom, and within what timeframe. [Customer Service] Contractor must provide three (3) references of current or prior contracts, consisting of at least one (1) governmental, including one (1) federal, who can attest to the duration of overall service and performance and of documentation of successful interfacing. References to include the facility address, telephone number, email address, and contact person s name who can validate experience within the last two (2) years. This solicitation includes FAR clause 52.222-49, Service Contract Labor Standards Place of Performance Unknown. Contractor must include the address of their testing facility with the offer. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Offers are due by 7 January 2022, by 1:00 PM CST. Offers must be submitted by email (see size limit note below) to Marcellus Jackson at marcellus.jackson@va.gov. Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 7MB. No ZIP files are allowed. Multiple emails can be sent to the POC for an offer. If an offer is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the offer have been received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d52ce949c6a45bd80d381499a3239bf/view)
 
Place of Performance
Address: Department of Veterans Affairs VA South Texas Healthcare System Laboratory 7400 Merton Minter Blvd, San Antonio, TX 78229, USA
Zip Code: 78229
Country: USA
 
Record
SN06203600-F 20211224/211222230110 (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 |
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.