Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
SOLICITATION NOTICE

Q -- Pulmonary Lab Testing

Notice Date
9/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24110RQ0756
 
Archive Date
10/9/2010
 
Point of Contact
Craig R Toland
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-342-09-RQ-0756 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-241-10-RQ-0756 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-35, July 14, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 621512, and the size standard is 13.5 million. (v) This requirement consists of two (2) line items: CLIN (1) Anti GBM CPT Code 84181, quantity estimated 11 per year CLIN (2) ANCA CPT Code 86021X2, 88347, approximately 80 per year (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Description/Specifications/Statement of Work The contractor shall provide consultative services for special coagulation testing. This would include associated services needed to complete the consultation. The following VA Medical Centers will participate in this agreement: VA Boston 1400 VFW Parkway West Roxbury, MA 02132 Tel: 857-203-5113 Fax: 857-203-5623 POC: David McElwee, Lab Administrative Officer VA Togus 1 VA Center Augusta, ME04330 Tel: 207-623-8411 x 5613 Fax: 207-621-4815 POC: Dennis Arbour, Lab Manager Other VISN 1 Facilities may be added during life of this agreement. The CONTRACTING LABORATORY: 1.Shall perform consultation services entirely upon their premises. 2.Will provide faxed results as well as hard copy. 3.Shall carry out its functions hereunder in full compliance with all local, state, and federal laws or regulations. 4.Provide consultation report that includes the laboratory ™s name that performed the consultation, laboratory specific accession number, the date and time a specimen was collected, received by the laboratory and completed, and the pathologists signature and technologist initials where appropriate. 5.Shall certify and ensure that all employees, officers, or agents do not use Protected Health Information received from any VISN 1 site that would constitute a violation of any applicable provision in standards set forth in the Health Insurance Portability and Accountability Act (HIPAA). LICENSING AND ACCREDITATION- CONTRACTING LABORATORY 1.Shall have all licenses, permits, accreditation certificates required by law. 2.Shall be accredited by the CLIA or the College of American Pathologists. Copies of all certifications and renewal certifications will be provided upon submission of a proposal to the Contracting Officer and Contracting Officer ™s Technical Representative (COTR). 3.Medical Director must be licensed Physician with suitable qualifications and experience to direct a laboratory providing consultation services under this contract according to CLIA and CAP standards. 4.Must submit a copy of the professional certification and/or licensure of the Laboratory Director and/or Medical Director to the COTR with proposal. 5.Must comply with the regulatory requirements of Health and Human Services Health Care Financing Administration. 6.Must notify the Contracting Officer immediately, in writing, upon its loss (or any of its subcontractors) of any required certification, accreditation, or licensure. QUALITY CONTROL: To ensure proper handling and test performance, the contractor shall provide the following updated information upon request during the life of the contract. 1.Proficiency testing data will include challenged/failed, a list of tests outside of the +/- 2SD range for the past (2) years. CONTRACTING LABORATORY shall notify VA of any test outside +/- 2 SD range during contract period. 2.The VA will maintain an Internal Quality Control Program to monitor the quality of test results received from CONTRACTING LABORATORY. ESTIMATED YEARLY WORKLOAD AND EXPENSE: See itemize list of tests and procedures sent in FY 2010(annualized from Q1/Q2 on table of services below. ANTI-GBM, CPT Code 84181, 11/year ANCA CPT Code, 86021X2, 88347, 80/year TELECOMMUNICATIONS: 1. The VA Lab shall receive transmissions of consultations via fax at the fax numbers listed above. Hardcopy reports will also be issued. (vii) Delivery FOB Destination to VA Medical Center, 1400 VFW Parkway, West Roxbury, Ma 02132 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; FAR 52.216-22 Indefinite Quantity; FAR 52.237-1 Site Visit (see note #1 below); FAR 52.237-2 Protection of Government Buildings, equipment, and vegetation; VAAR 852.233-70 Protest Content; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources; VAAR 852.270-1, Sub- Part 13.5 Test Items - This procurement is being conducted under the Sub-Part 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13, or 15 of the FAR or some combination thereof. Note #1: Site visits may be arranged by emailing the primary point of contact identified in section (xvii). (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement (ii)Price (iii)Past Performance All evaluation factors other than cost or price, when combined, are significantly more important than cost or price (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8,52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26,52.222.35, 52.222-36,52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE TUESDAY, September 30, 2010, by 12:00 p.m. eastern standard time (est). Electronic offers will be accepted; submit quotation to “ Craig Toland, VA Boston Contracting and Purchasing Office, 940 Belmont Street, Brockton, Ma 02301, FAX 774-826-3347, or e-mail craig.toland@va.gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: VA Boston Healthcare System 1400 VFW Parkway West Roxbury, Ma 02132 Primary Point of Contact.: Craig Toland Contracting Specialist, Craig.toland@VA.Govl Phone: 774-826-3192 Fax: 774-826-3347
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24110RQ0756/listing.html)
 
Record
SN02301061-W 20101001/100929235120-11dca076eee5050a8f5feb43cd12405a (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.