Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2015 FBO #4982
DOCUMENT

Q -- Phlebotomy/Urine Collection Services - Attachment

Notice Date
7/13/2015
 
Notice Type
Attachment
 
NAICS
621511 — Medical 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
VA24115Q0502
 
Response Due
7/23/2015
 
Archive Date
8/12/2015
 
Point of Contact
Heather L Simpson
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-241-15-Q-0502 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-241-15-Q-0502 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 2005-66, April, 2013. 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 https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as unrestricted. The North American Industry Classification System (NAICS) code is 621511, and the size standard is $32.0 mil. (v) This requirement consists of one (1) line item: 1.All services included in the performance work statement to provide Phlebotomy Services and Specimen Collection Services for 1 year and 4 annual option years, exercised at the discretion of the Government. (vi) The following PERFORMANCE WORK STATEMENT is a detailed description of the requirements for this solicitation: General: Services are required to perform off-site phlebotomy and specimen collection services for the Department of Veterans Affairs Medical Center (VAMC), Middletown Community Based Outpatient Clinic (hereinafter referred to as CBOC). This contract shall cover phlebotomy and specimen collection services. The services would be provided in a state-of-the-art civilian medical facility. The standard of services shall be of quality; meeting or exceeding those outlined in the licensing and accreditation section of this PWS. Contactor policies and procedures shall comply with Health Insurance Portability and Accountability Act (HIPAA). Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and services necessary to perform Specimen Collection Services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Objectives: "Phlebotomy Services (off-site) for select cases "Specimen Collection Services (off-site) for select cases Scope: The contractor shall provide phlebotomy and specimen collection services. Contractor shall provide specimen collection services to include materials, supplies, equipment and qualified supervision specified herein. All specimen collection services shall be performed at the Contractor's facility. Contract Type: Contract type is Firm-Fixed Price, Requirements Contract per FAR 16.503 no services will be subcontracted. Contractor shall price base and option year (s) the same. Period of Performance: The period of performance shall be for one (1) base year of 12 months and four (4) 12-month option years. Option years are exercised at the discretion of the Government. Locations: The following VA Medical Centers plan on utilizing these services: "VA Providence, RI, 830 Chalkstone Ave, Providence, RI 02908 "Middletown CBOC, One Corporate Place (West Main Road at Northgate Road), Middletown, RI 02842 General Information: The Contracting Laboratory: 1.The VAMC will provide the contractor with the NCL User's Manual which outlines specimen collection guidelines for specimens to be tested at the VAMC. 2.The Contractor will provide phlebotomy services as well as collection of urine specimens as needed to patients presenting with clinician orders from the VAMC. 3.The Contractor will process specimens to the extent needed to preserve specimen integrity (i.e. centrifugation, pour off). 4.The Contractor will fax a daily record of blood and urine specimens being shipped to the VAMC for tracking purposes. Fax number provided upon award. 5.The Contractor will accept and package for pick up by current Government contract courier all routine specimens collected in addition to any PAP, Occult Blood or other specimen collected on site or delivered by Middletown CBOC for transport to the Providence VAMC. 6.Packaging of specimens will be according to the protocols established between the VAMC and contractor. 7.The Contractor will keep a log of patients served and forward a copy of this log to the NCL Program Manager monthly for billing reconciliation. 8.Shall certify and ensure that all employees, officers, or agents do not use Protected Health Information received from any VAMC site that would constitute a violation of any applicable provision in standards set forth in the Health Insurance Portability and Accountability Act (HIPAA). 9.The contractor shall provide telephone number(s) and contact person(s) to be used by the VA Medical Center to make specimen problem inquiries and problem solving at all times. 10.Contractor agrees to maintain the minimum acceptable service, reporting systems. Immediate (within 24 hours) notification must be given to VA upon adverse action by a regulatory agency. 11.Contractor shall assign a specific local account representative. Estimated Testing Quantity based on Fiscal Year 2014 history: DescriptionEstimated Yearly Qty Phlebotomy Blood Draws2,500 Urine Collections500 Licensing and accreditation - Contracting Laboratory: 1.Shall have all licenses, permits, accreditation certificates required by Federal law and State law in the state of Rhode Island. 2.Must comply with the regulatory requirements of Health and Human Services Healthcare Financing Administration. 3.Must notify the Contracting Officer immediately, in writing, upon its loss (or any of its subcontractors) of any required certification, accreditation, or licensure. Contract Performance Monitoring Quality Assurance: The Contractor shall comply with all applicable OSHA, Federal and State laws, the Joint commission and regulations required as required for performing the type of services required. The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Federal Holidays: (The contractor does not have to perform on these holidays) New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day Hours of Operation: The contractor is responsible for conducting business, between the hours of 8am - 4:30pm EST/EDT Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. All certifications must be kept current with any change of personnel assigned to this contract. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided to the contracting laboratory. Any specimen that is lost by the contracting laboratory will incur a charge of $100.00 and will be credited to the Government on the monthly invoice. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend a post award conference convened by the contracting activity in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. Contracting Officer Representative (COR): The COR will be identified by separate letter upon contract award. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Key Personnel: Provided Upon Award The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 4:30p.m EST/EDT, Monday thru Friday, except Federal holidays or when the government facility is closed for administrative reasons. Identification of Contractor Employees: All contract personnel attending meetings, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor Furnished Items and Responsibilities: 1.The Contractor must have a laboratory within 4 miles of the Middleton CBOC as past practice has shown that there is low compliance for patients that have to travel to further than 4 miles and alternate locations for their blood draw and other specimen collection services. 2.The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract. Business Associate Standard: A hospital laboratory is not required to have a business associate contract to disclose protected health information to a reference laboratory for treatment of the individual. See 45CFR 164.502(e), exceptions to the Business Associate Standard. (vii) N/A (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, 52.252-1, 52.216-1, 52.217-5, 52.233-2, VAAR852.233-70, VAAR 852.233-71, VAAR 852.270-1, VAAR 852.273-74, (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. 1.Provide a written process flow and identify the specific methods and processes that will be used to accomplish the identified criteria in the description of work. 2.Provide applicable state required licenses, certificates, and training of personnel who will be performing on site services. 3.Provide turnaround time for specimen upon receipt. (ii)Price 1.Quotes should be submitted as two separate line items to include the following tests, cost-per-test pricing (inclusive of FOB Destination): a.Phlebotomy Blood Draws b.Urine Collections 2.Resulting contract will be for 1 base year with four 1 year options. Pricing for option periods is requested to remain the same as base year pricing. This must be notated on response. (iii)Past Performance 1.Contractor must provide past performance references for 3 previous contract awards (including name, title, address, email and phone number of reference) and submit with quotation. 2.Past performance information shall also be obtained from other sources available to the Government to include, but not limited to, PPIRS (past performance retrieval system) or other databases; interviews with Program Managers, and other Contracting Officers. Vendors will need to have an active registration in SAM.gov in order to be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 52.204-4, 52.216-21, 52.217-8, 52.217-9, 52.232-19, 852.203-70, VAAR 852.215-70, VAAR 852.215-71, VAAR 852.232-72, VAAR 852.237-70. (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: 52.203-6, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-4252.222-43, (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE July 23, 2015 13:00 eastern standard time (est). Only Electronic offers will be accepted. Please email all offers to heather.simpson@va.gov (xvi) Contact Heather Simpson at heather.simpson@va.gov for any questions related to this solicitation. Contracting Office Address: Department of Veterans Affairs, VA Boston Healthcare System, 940 Belmont Street, Brockton, MA 02301 Place of Performance: Rhode Island Primary Point of Contact.: Heather Simpson, Contracting Officer Department of Veterans Affairs Medical Centers heather.simpson@va.gov PRICE SCHEDULE Base Year: (Period of one (1) year from date of contract award) Est. Price Schedule Qty UnitUnit Cost 1. Phlebotomy Blood Draws2,500 CPT$_______ 2. Urine Collection 500 CPT $_______ Option Year #1:(Period of one (1) year, commencing on the day following the last day of the Base Year) Est. Price Schedule Qty UnitUnit Cost 1. Phlebotomy Blood Draws2,500 CPT$_______ 2. Urine Collection 500 CPT $_______ Option Year #2: (Period of one (1) year, commencing on the day following the last day of Option Year 1) Est. Price Schedule Qty UnitUnit Cost 1. Phlebotomy Blood Draws2,500 CPT$_______ 2. Urine Collection 500 CPT $_______ Option Year #3: (Period of one (1) year, commencing on the day following the last day of Option Year 2) Est. Price Schedule Qty UnitUnit Cost 1. Phlebotomy Blood Draws2,500 CPT$_______ 2. Urine Collection 500 CPT $_______ Option Year #4: (Period of one (1) year, commencing on the day following the last day of Option Year 3) Est. Price Schedule Qty UnitUnit Cost 1. Phlebotomy Blood Draws2,500 CPT$_______ 2. Urine Collection 500 CPT $_______ Past Performance References 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. list any commendations or awards received: 13. list of Major Subcontractors:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24115Q0502/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-15-Q-0502 VA241-15-Q-0502.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2161077&FileName=VA241-15-Q-0502-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2161077&FileName=VA241-15-Q-0502-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03795185-W 20150715/150713235442-4a59554935b7f72797fdc4965cc0e085 (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.