Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOLICITATION NOTICE

99 -- Medical Laboratory Accreditation

Notice Date
3/14/2008
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Acquisition Operations Service (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-08-RP-0114
 
Response Due
3/31/2008
 
Archive Date
7/8/2008
 
Point of Contact
Frank Flutter Contract Specialist (202) 461-6811
 
E-Mail Address
Email your questions to Contractor
(frank.flutter@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/request for proposals for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The Government intends to award a fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract as a result of this solicitation. This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular 2005-24. The North American Industry Classification System code is 621511 with a Size Standard restriction of 12.5 million dollars. The contractor shall provide all necessary labor, materials and equipment required to provide COMPREHENSIVE ACCREDITATION INSPECTIONS/SURVEYS of all Veteran Health Administration (VHA) medical laboratories - those in medical centers and in clinics. The contractor must have deemed status from the Centers for Medicare & Medicaid Services (CMS). The vendor shall examine all aspects of medical laboratory operations including director and personnel qualifications, resources and facilities, quality control and quality assurance. The accreditation program will include published standards and checklists, mandatory participation in external proficiency survey programs, and biennial onsite inspections. As required by VHA policy, all medical laboratories must have an onsite inspection every two years. In rare instances and with the approval of the Pathology and Laboratory Medicine Service (P&LMS) National Enforcement Office, the inspection/survey date may be extended beyond two calendar years but not more than 45 days past the anniversary date under any circumstances. The vendor(s) shall provide each laboratory with a list of deficiencies to correct and allow written responses to these deficiencies before final disposition and accreditation. The vendor(s) must provide reports to the laboratory, the Pathology Regional Commissioners and the P&LMS National Enforcement Office in headquarters. If interim annual self-inspections are required as a part of the accreditation process, the laboratory will retain the list of deficiencies and corrective action for review at the next onsite inspection, but results of these inspections/surveys will be tracked and published in the report for the P&LMS National Enforcement Office. Inspectors/Surveyors must be knowledgeable in the areas being inspected. The vendor(s) will define standards for inspectors/surveyors. Vendor(s) must describe in detail their inspection process, including their requirements for inspections/surveys and training provided to the inspectors/surveyors. Deficiencies will be specifically noted in writing and the laboratory must be informed of all deficiencies. Serious deficiencies will require follow up correction by the laboratory. The entire process for noting deficiencies, required follow-up, and any additional inspections, will be well documented. The P&LMS National Enforcement Office and relevant Regional Commissioner's Office will be kept appraised of such actions. The vendor(s) will provide the laboratory with a copy of the standards used for the inspection/survey. The laboratory medical director will be notified of the need for inspection/survey six months before the inspection/survey date and provided with the necessary forms needed to apply for inspection/survey. The laboratory will be provided with the name of the inspection/survey leader and specific inspection/survey date together with any requests or information to be sent to the inspector/surveyor six weeks before date of the inspection/survey. Vendor(s) will provide Accreditation decisions to the laboratory medical director in writing within 90 days. The vendor(s) must have the ability to coordinate and perform system inspections/surveys if requested. Manuals and Publications: The vendor(s) must provide to the facility, Regional Commissioners, and National Enforcement Office, applicable manuals, accreditation standards, and inspection checklists. These should also be available in electronic format. The vendor(s) shall notify the government when applicable updates become available and provide such updates as indicated above. The following provisions are incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items, the following instructions are added as an addendum to this clause: Submit offers in two separate volumes as follows: Volume I, Technical Proposal - Include all technical information required for evaluation, excluding any reference to price. Divide the technical volume into the following areas; Accreditation Process, Inspector Training, and Technical Approach; Past Performance (provide at least one but not more than 3 recent (within three years), relevant references with a short description of the work performed for each. Offerors must provide the past performance questionnaire in Attachment 2 to references to complete and forward to the VA prior to the closing date of this solicitation. Volume II, Price Proposal - submit a schedule of fixed prices for specific CMS CLIA compliant laboratory accreditation services as described in Attachment 1 - the Statement of Work. The Government desires pricing at a discount to the Offeror's current pricelist for the same commercial services. Attachment 3 Pricing Template provides a pricing template. For other than small businesses (which include nonprofit organizations of any size) a FAR 19 compliant subcontracting plan must be submitted within 90 days after award of a contract resulting from this solicitation. Provide proposals in 2 hard copies and one CD or disk. In accordance with FAR 52.212-2, Evaluation - Commercial Items - The Government will award a contract resulting from this solicitation to the responsible low priced technically acceptable Offeror. The following technical factors shall be used to evaluate offers: Qualifications: CMS deemed status for medical service lab accreditation for all tests under CMS (acceptable /unacceptable); Past Performance - in supplying timely accreditation reviews (acceptable/unacceptable); Technical Approach - a sound technical approach to providing the required accreditation reviews, feedback, and reports required by the SOW (acceptable/unacceptable) . No Offeror without deemed status shall be awarded a contract. Price shall be evaluated for amount and reasonableness. The Offeror must provide a rational basis for the price proposed using complexity points or other defined criteria for lab size and complexity used in its accreditation practice. This basis shall be used to establish CLINS which allow fixed prices for labs of differing sizes, tests and complexity levels. Offerors may submit their discounted "commercial" price list with an explanation of how the pricing would apply to 3 lab types (minimal, moderate, and high complexity as defined in current accreditation standards). The price must include the not separately priced reports required in the statement of work. The Offeror's evaluated price will be price for the base and all option periods in Attachment Three. A due diligence session will be scheduled and the location provided to all interested Offerors. Offerors may request a due diligence session by contacting the contract specialist listed herein. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following must accompany the submitted proposal: Completion of the requirement of FAR 52-212-3, Offeror Representations and Certifications - Commercial Items - A copy of the Representations and Certifications at http://www.arnet.gov/far/loadmainre.html. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4 Printing/Copying Double Sided on Recycled Paper (JUN 1996), 52.204-7 Central Contractor Registration (OCT 2003), 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006), FAR 52.216-18 Ordering (OCT 1995), 52.216-19 Order Limitations (OCT 1995) minimum $250 and maximum to be determined at contract award, 52.216-22 Indefinite Quantity (OCT 1995) insert to read "contract expiration", 52.217-8 Option To Extend Services (NOV 1999) insert reads "by written notice to the contractor within 60 days of contract expiration", 52.217-9 Option To Extend The Term Of The Contract (Mar 2000) inserts to read "within 60 days of contract expiration", preliminary notice "60 days", and the contract shall not exceed "5 years and 6 months", 52.224-1 Privacy Act Notification (APR 1984), 52.224-2 Privacy Act (APR 1984), 52.232.18 Availability of Funds (APR 1984), Drug Free Workplace (May 2001), 852.203-70 Commercial Advertising (JAN 2008), 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008), 852.233-71 Alternate Protest Procedure (JAN 1998), 852.237-7 Indemnification and Medical Liability Insurance (JAN 2008), 852.237-70 Contractors Responsibilities (APR 1984), 852.270-1 Representatives of Contracting Officers (JAN 2008), VAAR 852.203-71 Display of VA Hotline Poster (DEC 1992). Attachment 4 is a security addenda to FAR 52.212-4 Contract Terms and Condition Commercial Items which is incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAR 2007), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)), 52.219-9 Small Business Subcontracting Plan (SEPT 2006), 52.219-25 Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting (Oct 1999), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (OCT 2000)(E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(29 U.S.C. 793), 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(38 U.S.C. 4212), 52.232-33 Payment By Electronic Funds Transfer - Central Contractor Registration (OCT 2003). Proposals are due no later than 2:00 p.m., local time, March 31, 2007 via email to frank.flutter@va.gov. No solicitation document will be issued. Questions may be submitted to Frank Flutter via e-mail at frank.flutter@va.gov. no later than COB 3/19/2008. ALL ATTACHMENTS ARE AVAILABLE FROM THE GOVERNMNENT UPON REQUEST via e-mail at frank.flutter@va.gov.
 
Record
SN01532773-W 20080316/080314223700 (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 |
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.