SOLICITATION NOTICE
Q -- STAT and Routine Laboratory Testing
- Notice Date
- 11/9/2004
- Notice Type
- Solicitation Notice
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
- ZIP Code
- 59402-6863
- Solicitation Number
- Reference-Number-341MDSSLABS
- Response Due
- 11/22/2004
- Archive Date
- 12/7/2004
- Description
- STAT and Routine Laboratory Testing Services (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ) for implementation of Blanket Purchasing Agreement (BPA). Submit written quotes (oral quotes will not be accepted) on RFQ reference number 341 MDSS/Labs. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. (iv) The North American Industry Classification System (NAICS) code is 621511. (v) This combined synopsis and solicitation is for the purchase of STAT and Routine Laboratory Testing Services: (vi) CLIN 0001: 1. DESCRIPTION OF SERVICES. 1.1. Scope of Work. 1.1.1. The Malmstrom Clinic Laboratory of the 341st Medical Group, Malmstrom Air Force Base, Montana, has limited capabilities and resources for testing STAT and routine laboratory specimens for Government beneficiaries. The Service Provider shall test/process STAT and routine laboratory specimens as requested by the Malmstrom Clinic Laboratory. 1.1.2. Only routine laboratory specimens that cannot be tested/processed by the Malmstrom Clinic Laboratory or Government?s national prime vendor will be sent to the Service Provider for testing/processing. 1.1.3. The Service Provider shall furnish all labor, management, supervision, supplies, equipment, facilities, and reports, except as provided in paragraph 3.1, Government Furnished Property and Services. Performance shall be according to the requirements contained in this Performance Work Statement (PWS) and the professional standards of the Joint Commission on Accreditation of Healthcare Organizations (JCAHO). 1.2. Personnel. 1.2.1. Point of Contact. The Service Provider shall provide a point of contact who shall be responsible for the performance of the work. The name of this person and an alternate(s), who shall act for the Service Provider when the primary point of contact is absent, shall be designated in writing to the Quality Assurance Personnel (QAP) prior to the agreement start date. The point of contact or alternate shall have full authority to act for the Service Provider on all agreement matters relating to the daily operation of this agreement and shall be available during normal business hours (7:00 AM ? 5:00PM) Monday through Friday, excluding federal holidays. The point of contact and alternate(s) must be able to read, write, speak, and understand English fluently. 1.2.2. Education and Training Requirements. The Service Provider shall ensure that all employees involved in activities under this PWS that require certification or licensing shall meet all such requirements. 1.2.3. Conflict of Interest. The Service Provider shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Service Provider shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoD Directive 5500.7 and Air Force policy. 1.3. Indemnification and Professional Liability Insurance. The Service Provider shall provide and maintain adequate professional liability insurance coverage in amounts consistent with prevailing industry standards for performing the services required by this PWS. Liability and indemnification of the Government will be according to the terms set forth in Federal Acquisition Regulation Clause 52.237-7, ?Indemnification and Medical Liability Insurance?. 1.4. Specific Tasks/Procedures. 1.4.1. All laboratory tests will be performed in accordance with local and national medical laboratory standards. 1.4.2. The Service Provider will ensure quality control procedures are in place that meet or exceed national standards for medical laboratories. 1.4.3. For STAT tests, the Service Provider shall perform the required tests and submit the results by fax to the Malmstrom Clinic Laboratory (406-731-4467) within 2 hours of receipt of the specimen. 1.4.4. For routine tests, the Service Provider shall perform the required tests and submit the results by fax to the Malmstrom Clinic Laboratory (406-731-4467) within 24 hours of receipt of the specimen. 1.4.5. Quality Assurance. If any of the tests performed do not correspond to the tests requested on each Work Document, the Government will require the Service Provider to process the test(s) again as requested on the Work Document(s) at no additional cost to the Government. If the correct test(s) cannot be processed, the Government: 1.4.5.1. May require the Service Provider to take necessary action to ensure that future tests processed correspond to those requested on the Work Documents; and 1.4.5.2. Will reduce the monthly invoice by the amount of the incorrect test(s) performed. 2. SERVICE DELIVERY SUMMARY. Table 1. Service Delivery Summary Performance Objectives SOW Paragraph Performance Measure Performance ThresholdPoint of Contact 1.2.1 Service Provider provided a point of contact responsible for the performance of the work, who is available during MTF hours. (Monthly)100% Compliance Specific Tasks/Procedures 1.4.1 ? 1.4.4 Service Provider performed tasks/procedures as specified in the PWS. (Monthly)90% ComplianceHIPAA 4.1.1 Service Provider complied with the HIPAA Privacy Rule of 1996. (Monthly)100% Compliance Invoices 4.1.7 Service Provider submitted an invoice for services rendered on a monthly basis. (Monthly) 80% Compliance Customer Complaints 4.1.9 Service Provider corrected validated complaints raised by the MTF staff and the CO. (Monthly) 90% Compliance 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. The Malmstrom Clinic Laboratory shall have specimens delivered as needed to the Service Provider?s facility for testing. The specimens shall be delivered Monday through Friday from 7:00 AM ? 6:00 PM, excluding federal holidays. 3.2. The Malmstrom Clinic Laboratory shall place a telephone call to the Service Provider point of contact for each STAT test required prior to delivery. A Work Document (duplicate) shall accompany the specimen(s) and will include the patient(s) demographics, date the test(s) was requested, and the test(s) ordered. 3.3. The Malmstrom Clinic Laboratory shall have all routine specimens delivered toward the end of the workday. A Work Document (duplicate) shall accompany the specimen(s) and will include patient demographics, date the test(s) was requested, and the test(s) ordered. 3.4. The Malmstrom Clinic Laboratory shall maintain a Work Document log for all tests requested from the Service Provider. Each Work Document will include patient demographics, date the test(s) were requested, the test(s) ordered, and a call reference number. The log will be maintained in the Malmstrom Clinic Laboratory per national standards for medical laboratories. A summarized report, excluding protected health information, will be provided to the Contracting Officer (CO) at the end of each contract year to be maintained in the official contract folder. 3.5. Except for those items or services specifically stated above, the Service Provider shall furnish everything required to perform the duties specified in this PWS. 4. GENERAL INFORMATION. 4.1. HIPAA Compliance. The Health Insurance Portability and Accountability Act (HIPAA) of 1996 mandated for the use, disclosure, and protection of Personal Health Information. The parties acknowledge and agree to comply with the HIPAA Privacy Rule of 1996 and that failure to abide by the terms of HIPAA could result in termination of this agreement. Refer to Addendum 1, Privacy and Security of Protected Health Information. 4.2. Records. The Service Provider shall be responsible for creating, maintaining, and disposing of only those government-required records, which are specifically cited in this PWS. If requested by the government, the Service Provider shall provide the original records, or a reproducible copy of any such records, within five (5) working days of receipt of request. 4.3. Patient Lists. Patient lists, no matter how developed, shall be treated as privileged information. Lists and/or names of patients shall not be disclosed or revealed in any way for any use outside the 341st Medical Group without prior written permission from the Commander of the 341st Medical Group. 4.4. Release of Medical Information. The Service Provider shall only release medical information obtained during the course of this agreement to the Malmstrom Clinic Laboratory or 341st Medical Group staff involved in the care and treatment of an individual patient. 4.5. Price List. A price list shall be provided to the CO by the Service Provider on an annual basis or when requested by the CO. The Service Provider?s price list shall include all of the tests the Service Provider?s laboratory can perform on a 24-hour turnaround time basis. Price increases shall be submitted in writing at least thirty (30) days in advance of the requested increase and will not be honored until approved by the CO. 4.6. Invoices. The Service Provider shall submit an invoice to the 341st Medical Group for services rendered on a monthly basis. Invoices shall be submitted to: 341st Medical Group / SGSL ATTN: Medical Contracts Manager 7300 N. Perimeter Road Malmstrom AFB, MT 59402-6780 Payment will be remitted once the invoice has been verified by the QAP. Net 30 days. 4.7. Payments. Payment will be made by Government Purchase Card. 4.8. Customer Complaints. Any customer complaints against the Service Provider will be documented on an AF Form 714, Customer Complaint Record. Complaints validated by the QAP and Chief of Medical Staff shall be reported in writing to the CO and the Service Provider for action. Failure of the Service Provider to correct validated complaints raised by the MTF staff and the CO will be considered a failure to perform. ADDENDUM 1 PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION Available upon request GENERAL USE AND DISCLOSURE PROVISIONS Available upon request APPENDIX 1 - HISTORICAL AND ESTIMATED PROCEDURES DATA Available upon request (vii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (viii) Quotes will be evaluated on price, price related factors and ability to meet specifications. (ix) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (x) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (June 2003) (DEVIATION), applies to this acquisition which includes: FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000), FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), FAR 52.222-41, Service Contract Act of 1965, as amended (May 1989), FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631) (xi) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I (xii) The clauses at FAR 52.204-7, Central Contractor Registration (Oct 2003) and DFARS 252.204-7004, Alternate A (Nov 2003) apply to this acquisition. (xiii) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xiv) Quotes are required to be received no later than 09:00 AM MST, Monday 22 November 2004. All quotes must be faxed to (406) 731-4005 to the attention of Deborah A. Lacy. (xv) Direct your questions as well to Deborah A. Lacy at (406) 731-4007 or e-mail address deborah.lacy@malmstrom.af.mil
- Place of Performance
- Address: Great Falls, Montana
- Zip Code: 59404
- Country: USA
- Zip Code: 59404
- Record
- SN00706047-W 20041111/041109211959 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |