Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2015 FBO #5098
DOCUMENT

Q -- STAT Laboratory Testing/Irradiated Blood Testing Services for VA Manchester, NH - Attachment

Notice Date
11/6/2015
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24116Q0056
 
Response Due
11/12/2015
 
Archive Date
2/10/2016
 
Point of Contact
Valerie DeAngelis
 
E-Mail Address
9-4760
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice -STAT Lab Testing Services /Irradiate Blood Products This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA's understanding of your company's offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide STAT Lab Testing Services/Irradiate Blood Products. Refer to the General Requirements section below for the requested service description. This Sources Sought is to facilitate the Contracting Officer's review of the market base, for acquisition planning, size determination, and procurement strategy. Definitions: "Stat Test- A test required within 60 minutes of receipt by the contractor that is specially handled, tested and reported, within the specified turn-around-time. "Routine Test - A test that is usually performed at high volume in which the result is generally required within 24 hours. "TAT- The length of elapsed time between receipt of the specimen at the contractor's laboratory until the receipt of the completed printed report back in the clinic. "Test Result Report - A printed final copy of laboratory testing results. "Critical (Panic) Value- Those test results that require evaluation by a physician or other health care provider as soon as verified. Failure to take appropriate action as a result of critical value might cause harm to a patient. "POC- Point of Contact "VistA- VA Medical Center computer system GENERAL REQUIREMENTS Services are required to perform off-site STAT, other select lab testing services, and irradiated blood products for the Department of Veterans Affairs Medical Center, Manchester Campus (hereinafter referred to as VAMC). This contract shall cover STAT lab testing services and blood product irradiation 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). The contractor shall provide the following services: I.Shall provide STAT and other select lab testing services (off-site) A.Contractor is required to perform STAT analytical testing for VA Medical Center patients for the tests defined on the STAT listed in Attachment A. B.The Contractor is required to provide a report of analytical test results and consultative services as required assimilating the full scope of its laboratory operations. Reporting of Results: 1.All stat test results will be called in to the Medical Officer of the Day (MOD) or backup within 60 minutes of specimen receipt by the contractor. Critical Test Results will be called with 15 minutes of the result being deemed acceptable by the contractor. a.Contractor will submit all VA Urgent Care tests results via facsimile to the urgent care direct number. 2.In addition, test result reports will be mailed to the VA Medical Center for entry into the patient's chart: VA Manchester Laboratory (113) 718 Smyth Road, Manchester, NH 03104 3. Contractor must be located within a 2 mile radius of VA Manchester, based on TAT requirement for STAT testing services. C.The contractor shall provide a Laboratory Manual to include testing methodology and containing the following information for testing services: "Department hours of operation "Accreditation: CAP & CLIA "Technical Staff "Service Departments( Method of contacting, phone numbers, hours of availability) "Quality Assurance Information "Billing Procedures & fee schedules for services provided "Procedures and criteria for phoning reports and other important information "Report forms D.The contractor shall provide telephone number(s) and contact person(s) to available to the VA Medical Center to make specimen problem inquiries and problem solving at all times including weekends and holidays. Must include names and telephone number(s) of technical Directors and Pathologists available for consultation. E.Contractor agrees to maintain the minimum acceptable service, reporting systems, and quality control as specified herein. Immediate (within 24 hours) notification must be given to VA upon adverse action by a regulatory agency. F.Contractor shall assign a specific local account representative. G.Contractor shall advise facility of any changes in methodology, procedure or reference ranges. H.Shall perform testing as needed 24 hours per day/7 days per week. I.Contractor will consult VA Medical Center on test results by telephone as needed. J.The Contractor shall carry out its functions hereunder in full compliance with all local, state, and federal laws or regulations. K.STAT report at minimum shall contain the following information: "Patient's full name, "Patient's full social security number or unique hospital identification number " physician's name, "date/time of specimen collection, "date test completed, "test name, "test result, "flag abnormal results, "reference range, "testing laboratory testing number (accession number), "type of specimen, "any additional comments related to test provided by ordering physician, "any other information the laboratory has that may indicate a questionable validity of test results, "Unsatisfactory specimen shall be reported with regard to its unsuitability for testing. L.The contracting laboratory shall not release patient's records that include test results, without the specific written consent to release such information as provided by the patient, to any person other than the ordering healthcare provider or designee. All member records shall be treated as confidential so as to comply with all state and federal laws regarding the confidentiality of patient's records. This provision shall survive termination of the resulting contract award. M.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). II.Provide Irradiate blood products (off-site) when not available through Red Cross A.Blood Products and services are not provided to the VA sites with any Patient Identifiable Information (PII). B.The Contractor shall carry out its functions hereunder in full compliance with all local, state, and federal laws or regulations. C.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). VA Sites: 1.VA Manchester, 718 Smyth Road, Manchester, NH 03104 If you have coverage for this specific requirement for any other New England Medical Centers, please provide the facility in your capability statement. 2.VA Boston Healthcare System, 1400 VFW Parkway, West Roxbury, MA 02132 3.VA Connecticut, 950 Campbell Ave., West Haven, CT 06516 4.VA Togus, 1 VA Center, Augusta, ME 04330 5.VA Manchester, 718 Smyth Rd., Manchester, NH 03104 6.VA White River Junction, 215 No. Main St., White River Junction, VT 05009 7.VA Providence, 830 Chalkstone Ave., Providence, RI 02908 LICENSING AND ACCREDITATION: A.Shall have all licenses, permits, accreditation certificates required by Federal law in and State law in New Hampshire. B.Shall be accredited by the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988 (CLIA) or the College of American Pathologists (CAP). Copies of all professional certifications, licensures and renewal certifications will be provided and updated as needed to the Contracting Officer to include the contracting laboratory's Laboratory Director and/or Medical Director. C.Medical Director must have suitable qualifications and experience to direct a laboratory providing consultation services under this contract according to CLIA and CAP standards. D.Contractor Personnel assigned by the Contractor to perform the services covered by this contract shall be eligible to provide the services of this contract and licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. All licenses held by Contractor personnel working on this contract shall be full and unrestricted licenses. Contractor Personnel assigned by the Contractor to work under this contract shall be licensed by the governing or cognizant licensing board. E.Must comply with the regulatory requirements of Health and Human Services Health Care Financing Administration, Centers for Medicare and Medicaid (CMS). F.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: Quality Control (QC) : The contractor must operate a successful quality control program as required by CAP or CLIA and AABB (American Association of Blood Banks) certified. Services are to be performed in accordance with this PWS. The quality control program must include procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which the contracting laboratory assures that work complies with the requirement of the contract. A quality control program will be submitted as part of an offer and put into place upon final contract award. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to this QC system. 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). RESPONSE COMMITMENT I.NOTES: A.All questions, comments or concerns should be directed to Valerie.DeAngelis@va.gov B.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. C.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). II.TIMELINE : A.This request will close on stated date within the FBO site. III.Requested information: Interested parties shall provide the following information in addition to your capability response: A.Format: 1.MS Word or pdf format (please ensure email is under 5 mb) 2.Page limit - 2-4 pages (please make the response as brief and concise as possible) 3.Company name and Sources Sought number listed on each page B.Specifics: 1.In your response, please provide the following information based on the requirement. a.Your company's capability of fulfilling this requirement as it is described. b.If you are submitting an equal product, please provide detailed information, specs, brochures, etc., for all of your equal items 2.Please also provide name of company, company address, a contact person's name, telephone number, fax number and email address. 3.DUNS number, and indicate if actively registered on System for award management (SAM) 4.Contractual vehicles the company holds, such as NAC or GSA schedules. 5.Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Valerie DeAngelis Contract Specialist Email: Valerie.DeAngelis@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24116Q0056/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-16-Q-0056 VA241-16-Q-0056.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2407460&FileName=VA241-16-Q-0056-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2407460&FileName=VA241-16-Q-0056-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03940857-W 20151108/151106234341-b4cfb59d3dd143d6261ba05cc653cd69 (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.