|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1995 PSA#1272U.S. Department of Transportation, Federal Railroad Administration,
Office of Procurement (RAD-30), 400 7th Street, S.W., Rm 8222,
Washington, D.C. 20590 Q -- POST-ACCIDENT TOXICOLOGICAL TESTING OF HUMAN SAMPLES AND RELATED
SERVICES SOL DTFR53-95-R-00022 DUE 032195 POC Contact Point, Contract
Specialist, Thomas Riddle, 202/366-0565/Contracting Officer, Robert
Carpenter, 202/366-0564 The Federal Railroad Administration (FRA)
intends to negotiate a one-year contract with 2 additional option
years, for the forensically and scientifically sound toxicological
analysis of primary urine and whole blood samples obtained from various
railroad employees, subject to FRA's Post-Accident Toxicological
Testing Program, as implemented pursuant to Title 49 Code of Federal
Regulations (CFR) Part 219 -- Control of Alcohol and Drug Use. To be
eligible for award, a prospective offeror must have, prior to award,
Department of Health and Human Services/Substance Abuse and Mental
Health Services Administration (DHHS/SAMHSA) certification for the
laboratory proposed, and licensure under the Clinical Laboratory
Improvement Act (CLIA). Since 1986, the FRA has required the special
testing of rail crews to determine if drugs or alcohol were either a
primary or contributing cause to a significant accident or incident.
Following regulation-triggering events, samples are collected by
carrier-selected medical facilities using FRA mandatory post-accident
split-sample toxicology kits. Specimens include urine and blood for
surviving crew members, and urine, blood, and tissue for deceased crew
members. Samples are analyzed by utilizing specific cutoffs in urine
and blood. Since 1986, post-accident testing has varied from high
levels in 1987 (179 qualifying events, 770 crew members tested, 42
Medical Review Officer (MRO) verified positives), and 1988 (178
qualifying events, 682 crew members tested, 41 MRO verified positives);
to low levels in 1993 (128 qualifying events, 403 crew members tested,
7 MRO verified positives), and 1994 (117 qualifying events, 287 crew
members tested, 7 MRO verified positives). Analyses of approximately
300 specimens are projected for each year under the anticipated
contract. The successful offeror's laboratory must be capable of the
following: (A) Receiving and preserving specimen sets 24 hours a day,
7 days a week, either at its laboratory or through some other
FRA-approved, forensically acceptable manner. (B) Accessioning
specimens and implementing strict chain-of-custody procedures; full
adulteration panels (at least specific gravity, pH, creatinine) are
required to be run on each urine. (C) Analyzing specimen sets based on
FRA-approved screening and confirmatory protocols. Urines are to be
screened for the drugs of interest by an approved immunoassay (e.g.,
EIA, RIA, and FPIA). Presumptive drug positives are to be confirmed in
urine by Gas Chromatography/Mass Spectrometry (GC/MS). The
corresponding blood is to be evaluated by GC/MS for any confirmed urine
positive drug group. Unless otherwise approved, GC/MS is the only
FRA-approved confirmatory method. Where no acceptable urine sample
exists, the laboratory must have the capability to directly screen the
blood using an acceptable immunoassay procedure. For deceased crew
members, the laboratory must also have the capability to screen and
confirm for the presence of drugs and alcohol in various other body
fluids and tissues, including vitreous, brain, liver, etc. Blood
samples will always be evaluated by GC for the presence of ethyl
alcohol. (D) Maintaining strict confidentiality provisions of 49 CFR
Part 219, and 49 CFR Part 40 -- Procedures for Transportation Workplace
Drug Testing Programs. The laboratory must also have the capability to
respond to FRA request to (1) test for additional controlled
substances/cutoffs where acceptable protocols are available and program
requirements dictate, and (2) report any and all substances detected if
anyone is confirmed above cutoff and other(s) are below. For negative
drug screens (regardless of the alcohol results), reports are to be
issued no later than three working days after receipt of samples of
surviving crew members, and five working days where one or more
fatalities are involved. For cases with presumptive positives on
screening tests, reports are to be issued no later than ten working
days after receipt of samples. Of special importance in this proposed
contract, are the qualifications and expertise of the successful
offeror's laboratory and assigned personnel relative to the
interpretation of test findings. Among the areas of particular concern
to FRA are the prospective offeror's capabilities to (1) provide
expert testimony regarding the laboratory's analysis of urine, blood,
and tissue; (2) advise FRA regarding the significance of analytical
data in the determination of accident/incident cause; (3) provide
expert testimony regarding the meaning of test findings with respect to
human performance; (4) provide a statement of pharmacological
significance related to positive determination, addressing drug
characteristics and action, possible usage scenarios, and possible
physiological effects; (5) properly interpret post-mortem findings in
light of possible microbial generation of alcohol; and (6) provide
information relating to drug pharmacokinetics and pharmacodynamics. The
successful offeror will also be expected to have qualified personnel to
regularly answer technical and operational questions from the FRA, and
when requested, establish liaisons with rail carriers after major
accidents and with medical examiners, coroners, and other custodians of
potential specimens after a fatality. The successful offeror will also
be responsible for the acquisition of standardized supplies and
preparations for sale, and/or replacement and replenishment of 200-plus
FRA post-accident, split-sample, toxicology shipping kits per year, to
the railroads; and maintenance of the master mailing and distribution
file. Stringent technical oversight of the successful offeror's
laboratory will be provided by the FRA and its third-party, technical
oversight contractor. The successful offeror/laboratory will be
required to undergo quarterly inspections and evaluate open and blind
proficiency specimens in both urine and blood. The solicitation alone
(currently slated for issuance on or about February 17, 1995) shall
establish and specify the due date for receipt of proposals (currently
anticipated for March 21, 1995). The successful offeror must be
capable of full-scale operation as of the anticipated start date for
the proposed contract base period (June 1, 1995). Prospective offerors
failing to meet the certification, licensure, and/or technical
capability requirements identified herein will not be considered.
Sources interested in fulfilling the stated requirement must request a
copy of the solicitation in writing. Request for the solicitation,
sent via facsimile transmission to FAX# 202/366-3055, ATTN: T. Riddle,
SOL# DTFR53-95-R-00022, will be honored as a written request. This is
an unrestricted competitive procurement. All responsible sources may
submit a proposal which shall be considered by the Agency. This Notice
is for Minority, Women-Owned and Disadvantaged Business Enterprises:
The Department of Transportation (DOT), Office of Small and
Disadvantaged Business Utilization (OSDBU) has a program to assist
minority, women-owned and disadvantaged business enterprises to acquire
short-term working capital assistance for transportation-related
contracts. Loans are available under the DOT Short-Term Lending Program
(STLP) at prime interest rates to provide accounts receivable
financing. The maximum line of credit is $500,000. For further
information and applicable forms concerning the STLP, call the OSDBU at
(800) 532-1169. For information concerning the acquisition, contact the
contracting official listed above. (0026) Loren Data Corp. http://www.ld.com (SYN# 0046 19950127\Q-0001.SOL)
Q - Medical Services Index Page
|
|