Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2013 FBO #4410
SOURCES SOUGHT

Q -- Office of Job Corps Lab Test II RFI - Sources Sought Memo DOL141RI20737

Notice Date
12/19/2013
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL141RI20737
 
Archive Date
1/18/2014
 
Point of Contact
Dave Chiu, Phone: 2026933092, Evon M. Pollack, Phone: 2026933335
 
E-Mail Address
chiu.dave@dol.gov, Pollack.Evon@dol.gov
(chiu.dave@dol.gov, Pollack.Evon@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Memo DOL141RI20737 Sources Sought Notice for Request for Information (RFI) No. DOL141RI20737 This sources sought notice is for planning purposes only and does not commit the Government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. The Government reserves the right to compete any acquisition resulting from this survey among small businesses based on the responses received. We encourage firms that qualify under the Small Business Programs mentioned in Federal Acquisition Regulation Subpart 19, including 8(a), HUBZone and Service Disable Veteran Owned Small Business to respond to this Notice. In the case that your firm is not a small business, the Government also invites you to submit a response to this Notice. When submitting your response, please indicate under which Small Business program(s), if any, you meet. The U.S. Department of Labor, Office of Job Corps is seeking qualified contractors that can provide clinical laboratory testing services for drugs of abuse, testing and identification of students, who may have genital infections due to Chlamydia, and testing and identification of students who may have been infected with the Human Immunodeficiency Virus (HIV). The NAICS Code is 621511, and the Small Business Standard is $30 million. Job Corps is a free education and career technical training program that helps young people learn a career, earn a high school diploma or GED, and find and keep a good job. For eligible young people at least 16 years of age that qualify as low income, Job Corps provides the all-around skills needed to succeed in a career and in life. With 125 centers in 48 states, the District of Columbia and Puerto Rico, Job Corps is primarily residential with a small non-residential component. The program was established in 1964 and is presently authorized under Title I of the Workforce Investment Act (WIA) of 1998. The program is administered by the U.S. Department of Labor, Employment and Training Administration, Office of Job Corps. In addition to a National Office, there are six Job Corps Regional Offices located nationwide. The Job Corps Laboratory Testing Contract supports the Job Corps National Office in its current policies and procedures for HIV infection detailed in PRH Chapter 6 Appendix 603, issued June 2003; entrance laboratory testing for Chlamydia detailed in PRH Chapter 6 section 6.10 R1(c); and the Zero Tolerance policy for alcohol and other drugs of abuse which was instituted in May 1995 and amended in October 1997. Activities undertaken to support these mandates require the contractor to: (1) provide each center with supplies and equipment as needed for collection and preparation of blood and urine specimens, (2) Arrange for pickup/delivery of specimens to lab from urban, suburban, and rural centers including sites in Alaska, Hawaii, and Puerto Rico, (3) Code specimens to ensure confidentiality, in a manner approved by lab and Job Corps National Office, (4) Analyze specimens, (5) Report individual test results to specific designated center staff, (6) Report Job Corps wide results to National Office of Job Corps (7) Assume responsibility for quality control of laboratory procedures, (8) Provide monthly billing to the National Office of Job Corps Representative, (9) Provide an online system with secure access for each center to request testing and obtain results. All contractors responding to this announcement must demonstrate their experience in the aforementioned work. Pertinent factors for consideration of qualifications are: (1) Personnel: Technicians, Technologists, Supervisors, and Directors of the Laboratory must be licensed by the state in which the tests are performed, or in the absence of state licensure requirements are certified by a national certifying registry such as the American Society of Clinical Pathologists (ASCP). Personnel are required to participate in continuing education programs in addition to licensure. (2) Laboratory: The Laboratory must have a Clinical Laboratory Improvement Act (CLIA) and College of American Pathologist (CAP) license for testing of interstate samples for Chlamydia and HIV and either a CLIA or the Substance Abuse and Mental Health Services Administration (SAMHSA) certification for testing interstate samples for drugs of abuse. The Laboratory must be licensed in the State in which testing is preformed and licensed in states that require licensure for testing specimens (i.e., New York, Florida, California, Pennsylvania, Maryland, and West Virginia (HIV)). The Laboratory must be enrolled in a nationally recognized proficiency testing program such as College of American Pathologists (CAP) and provide evidence of accreditation on an annual basis and a copy of the certificate of satisfactory performance on CAP inspection. The Laboratory must submit a written internal quality control program to assure consistent performance. (3) Laboratory shall have a dedicated data processing system of providing individual results as well as statistical and demographic analysis and reports. (4) Laboratory will provide system requirements to Job Corps Data Center (JCDC) on back-end reporting and work with JCDC to integrate the back-end reporting and test result information distribution into Job Corps CDSS Suite of Applications (5) Contractor will provide a dedicated administrator and alternate to communicate with centers, JCDC, and the National Office, orally, and in writing. (6) Samples will be transported by contractor through an arrangement to assure they are at contractors' laboratory (ies) within 24 hours of pickup from continental US centers and 48 hours outside continental US. (7) Contractor shall provide educational services in the form of lectures or presentations. All interested parties are invited to submit a capability statement. The response must be specific to each of the capability requirements listed above to show that the respondent has the necessary skills and experience. The submittals shall not exceed 10 pages, TOTAL. One (1) electronic copy of the capability statement shall be emailed to the following e-mail address JC.lockbox@dol.gov. In the subject line of this email please use "DOL141RI20737 OJC Lab Testing Capabilities by (contractor company name)". All submissions must be received NO LATER THAN Monday January 03, 2014, by 2:00 PM, E.T. Zone. This electronic copy of your Technical Proposal must be word-searchable. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. PLEASE NOTE THAT THIS NOT A REQUEST FOR PROPOSAL. The capabilities statement package must be transmitted under a cover letter. The Cover Letter must cite the following information at a minimum: 1. Response to RFI No. DOL141RI20737. 2. Company Name, Address, Contact Person with phone number and email address 3. Contractor's DUNS Number 4. Business Size Standard/Classification All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is https://www.bpn.gov/ccr.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/DOL141RI20737/listing.html)
 
Place of Performance
Address: Nation wide., United States
 
Record
SN03255639-W 20131221/131219235053-f9202521c6955d3dab42d1c9b32d8ec0 (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.