Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2015 FBO #4915
DOCUMENT

Q -- 663-15-4-021-0007 King County Referral - Attachment

Notice Date
5/8/2015
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26015N0617
 
Response Due
5/15/2015
 
Archive Date
8/13/2015
 
Point of Contact
Dean Umathum
 
E-Mail Address
dean.umathum@va.gov
(Dean.Umathum@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Dean Umathum at dean.umathum@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Dean Umathum at Dean.Umathum@va.gov. 1) Company name, address, point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 621511 - Medical Laboratories. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $32.5 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft SOW below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The draft SOW follows. Thank you for your participation. Supplies/Services Cost/Prices CLIN Test DescriptionCPT CodeEst QtyPrice Per TestTotal Cost 1Herpes type 1 Antibody 310 2Herpes type 2 Antibody 310 5Quantiferon-TB 400 7Pertussis PCR5 Estimated Total STATEMENT OF WORK 1.CONTRACT TITLE: Testing and reporting of Infectious Disease and STD laboratory testing services 2.BACKGROUND: The Puget Sound Veterans Affairs Medical Center, Seattle WA, hereinafter referred to as VAMC, intends to secure testing and reporting of Infectious Disease and STD laboratory testing services for the VAMC Microbiology and Laboratory Medicine Service (P&LMS) located at 1660 South Columbian Way, Seattle WA 98108. 3.SCOPE. The Contractor shall provide all labor, materials, supervision, equipment and services required to provide testing and reporting of Infectious Disease testing referred to them. The contractor performs testing on patient specimens for Pertussis, Tuberculosis and Herpes simplex virus types 1 and 2. When patients are diagnosed with these conditions the contractor follows up with epidemiologic investigations. The contractor also provides reports to Puget Sound Microbiology and Puget Sound Infection Control. The contractor also provides courier service for its services. All services provided shall be in accordance with the costs, terms and conditions of this contract. 4.CONTRACT TYPE AND TERM: The VA will award a firm, fixed-price, indefinite delivery Requirements commercial services contract for all items listed in the Schedule of Items. Contract use will be limited to the Seattle and American Lake VA Medical Centers only, no other VAMC may use this contract Period of Performance is from date of award through 30 July 2011. The period of performance also includes four (4), 12-month option periods, which, if exercised, will extend the contract period of performance in 12 month increments beginning on 1 October 2010. BASE YEAR: Date of Award through 31 July 2015 OPTION YEAR I: 1 August 2015 through 31 July 2016 OPTION YEAR II: 1 August 2016 through 31 July 2017 OPTION YEAR III: 1 August 2017 through 31 July 2018 OPTION YEAR IV: 1 August 2018 through 31 July 2019 5.SPECIFIC TASK LABORATORY TESTING (performance monitoring): a)Task 1 - Transportation of Specimens. The Contractor shall provide at no additional cost to the government courier services to pick up specimens from the VAMC Laboratories located at Seattle and American Lake. Pickup shall occur no later than noon daily during normal work days. b)Task 2 - Storage of Specimens. The Contractor will archive and/or maintain isolates in appropriate refrigerated storage areas for the duration of the contract. Upon expiration of contract the contractor will safely and legally destroy specimens. c)Task 3 - Test Sample Preparation. The VA laboratory shall be responsible for provision of laboratory specimens prepared in accordance with the contractor's Laboratory User's Manual. All specimens will be properly identified and labeled for testing. The contractor shall provide an adequate supply of requisition forms, special instructions and a current list of tests with reference ranges and specimen requirements. These requirements shall be defined in the laboratory user's manual. d)Task 4 - Turn Around Time. Specimens shall be logged within 24 hours of collection, and testing will begin within 24 hours, and that a final report will be issued on the same day the test is completed. Reporting of results should never exceed 72 hours e)Task 5 - Orders Contractor shall receive request for lab services by the following method: VAMC-P&LMS shall collect the specimen and package for shipping. The accompanying form shall include the following information: a) Patient's full name b) Physician name c) Date and time specimen collected d) Test ordered e) Date and time test completed f) Test results g) Flag abnormal h) Reference range i) Patient Date of Birth j) Requesting Facility f)Task 6 - Reporting of Test Results A report is defined as a printed, or electronic, final copy of Laboratory results. Consult reports shall be sent by contractor. Laboratory reports may be delivered via secure internet, secure e-mail or by courier depending on the needs of the individual user. In some instances more than one reporting method may be employed. If results are telephoned prior to sending, the written report must include the name of the individual notified of the results, date and time of telephone report. Each consult report shall at a minimum indicate the following information: a)Patient's name and identification code b)Physician's name (if supplied) c)VA Medical Center name d)Patient's location, e.g. clinic, ward (if supplied) e)Test ordered f)Date/time of specimen collection (when available) g)Date/time specimen received in Reference Lab h)Date test completed i)Test result j)Flag abnormal results k)Reference Range l)Toxic and/or therapeutic range where applicable m)Name of testing laboratory (contractor and/or subcontractor) n)Testing laboratory specimen number o)Type of specimen p)Comments related to the test provided by the submitting lab q)Information that may indicate a questionable validity of test results r)Unsatisfactory specimen shall be reported with reason as to its unsuitability for testing g)Task 7 - Epidemiology Follow-up Following the initial report the testing facility will provide a packet for additional follow-up by the Infection Control practitioner. That packet will either be delivered to the Microbiology Section or the Infection Control section. In addition to the packet, the contractor will provide system epidemiologic follow up through the appropriate local health department. The PSHCS will not be responsible for epidemiologic follow up on veteran contacts related to positive testing. h)Task 8 - Licensing and Accreditation a)Contractor shall have all licenses, permits, accreditation and certificates required by law. b)Personnel assigned by the contractor to perform these services covered under this contract shall be licensed in a State, Territory or Commonwealth of the United States or the District of Columbia. c)The lab must be accredited by the College of American Pathologist (CAP) or have JCAHO and Clinical Laboratory Improvement Amendments (CLIA) (Public Law 100-578) certifications. d)Laboratory Director shall be a licensed physician in the specialty of pathology. e)Contractor will ensure compliance with the Health Insurance Portability Accountability Act of 1996 (HIPAA) and the College of American Pathologists (CAP) Laboratory General Checklist (CAP.GEN.41304, rev. 3/30/05) for appropriate release of patient results. i)Task 10 - Testing Changes. The Contractor shall advise the VA of any changes in assay methodology, procedures, reference ranges and any new tests introduced. In the event that the contractor changes the assay procedures or a critically important component of an assay (e.g., an antibody, purified antigen, etc.) the contractor shall notify the VA Contracting Office and the VA Laboratory Director prior to the intended change. The contractor shall provide documentation that the quality and efficacy of the test will remain unchanged or be improved. Changes in the assay material, testing procedures or methodology that have not been reviewed and pre-approved by VA Laboratory Director and mutually agreed upon in writing between the contractor and the VA Contracting Officer, may be sufficient cause for the VA to use an alternate contractor for that specific test for the duration of the contract. ? 6.PERFORMANCE MEASURES The following performance measures will be regularly tracked and monitored throughout the effective period of this contract by the Technical Representative and reported to the Contracting Officer. Acceptable performance on these measures, along with other factors, will be primary indices of contractor performance and a key consideration in contract renewal decisions. Performance will be monitored using the following criteria: Action/Test/ReportTurnaround time (TAT)Acceptable Performance Test report completion.Within 24 hours of specimen receipt.80% of all tests submitted meet TAT requirement 7.SAFETY AND SECURITY REQUIREMENTS a)HIPAA Compliance and Requirements Contractor will adhere to the applicable provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security, use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). As defined in the Health Insurance Portability and Accountability Act (HIPAA) Public Law 104-191, your company may be required to execute a Business Associate Agreement. b)Office of Inspector General of the Department of Health and Humans Services (OIG/HHS) has made a determination that prior to obligating VA contract, purchase orders, task and delivery orders, and purchase card orders paid with VA health care funds may not be entered into with any individual, or with any entity or organization that has been listed on the HHS/OIG List of excluded individuals/entities on the OIG Website www.hhs.gov.oig. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/ Entities. c)The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required 8.ORDERING PROCEDURES This contract does not obligate any funding, therefore, the Contractor shall provide services under this contract only as directed in task orders. In accordance with FAR 16.505, each task order will include the following: (i) Date of order (ii) Contract number and order number (iii) Contract item number and description, quantity, and unit price or estimated cost or fee (iv) Delivery or performance date (v) Place of delivery or performance (including consignee) (vi) Packaging, packing, and shipping instructions, if any (vii) Accounting and appropriation data (viii) Method of payment and payment office, if not specified in the contract (ix) Any other pertinent information. Invoices shall be sent to:Department of Veterans Affairs Financial Services Center P O Box 149971 Austin TX 78714-9971 Customer Service Phone: 877-353-9791 9.PLACE OF PERFORMANCE. The VAMC has two Microbiology locations which require pickup of specimens before noon. Samples are drawn by VA Personnel and made ready for processing by the Vendor at their lab. SEATTLE VAMC 1660. South Columbian Way Seattle WA 98108 -and- AMERICAN LAKE VAMC 9600 Veterans Drive SW Tacoma WA 98493. 10.RISK CONTROL Risk involves inherent properties of laboratory work such as exposure to blood borne pathogens. These are well controlled risk factors that laboratories work under every day. The remediation of this type of hazard is well established and in use. 11.PRIVACY OFFICE LANGUAGE a.Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data- General, FAR 52.227-14(d) (1). b.VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c.Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. d.The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e.The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. 12.RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS FOR SOW The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6.The Government Agency owns the rights to all data/records produced as part of this contract. 7.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and private information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b24ee0f5913c2344f439c9bac30b76e)
 
Document(s)
Attachment
 
File Name: VA260-15-N-0617 VA260-15-N-0617.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2036089&FileName=VA260-15-N-0617-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2036089&FileName=VA260-15-N-0617-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Puget Sound Healthcare System;1660 South Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN03725160-W 20150510/150508234830-5b24ee0f5913c2344f439c9bac30b76e (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.