Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
DOCUMENT

Q -- Reference Lab Testing - Attachment

Notice Date
9/9/2016
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
VA25016N0697
 
Response Due
9/13/2016
 
Archive Date
12/21/2016
 
Point of Contact
Thomas Auten
 
E-Mail Address
5-3938<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers to provide reference laboratory testing as listed below. The contractor shall meet all requirements listed below. Tests shall be performed for the VA Ann Arbor Healthcare System, 2215 Fuller Rd, Ann Arbor, MI 48105. Contractors that can provide this requirement and meets the requirements below are requested to send their 1. Company Name, 2. DUNS number, 3. Business size under NAICS 621511, and 4. If the item(s) are available on a FSS contract or not and the FSS contract number if it is available on contract, 5. Notification if they are a VETBIZ registered VOSB/SDVOSB or not. This Sources Sought will close on 9/13/2016 at 3PM EDST. Please e-mail all responses to Thomas.Auten@va.gov. PATHOLOGY AND LABORATORY MEDICINE SERVICE VA ANN ARBOR HEALTHCARE SYSTEM STATEMENT OF WORK Reference Laboratory Testing C.0 SCOPE: C.0.1 VA ANN ARBOR HEALTHCARE SYSTEM (VAAAHS): The Contractor shall provide reference laboratory testing for the patients of the VA Ann Arbor Healthcare System (VAAAHS), 2215 Fuller Rd., Ann Arbor, MI 48105. The test menu provided to the VAAAHS will be varied and based on the patient test orders placed by the clinicians. These laboratory tests are not performed in-house for various reasons such as low testing volume or specialized equipment requirements that are not available at the VAAAHS. This contract will be for the following tests only: oIBD Serology 7 includes: ASCA IgA, ASCA IgG, Anti-OmpC IgA, Anti-CBir1, NSNA ELISA, NSNA IFA perinuclear pattern, NSNA IFA DNase sensitivity. CPT code 83520. oTPMT Genetics; genotype patients for individualized starting dose of thiopurines, CPT code 83891. oTPMT Enzyme; phenotype patients for individualized starting dose of thiopurines, CPT code 82657. oThiopurine Metabolites (6-TGN, 6-MMPM), CPT code 82491, 82542. C.1 DEFINITION OF NEED: C.1.1 VA ANN ARBOR HEALTHCARE SYSTEM: The VAAAHS requests one (1) base year contract for the VAAAHS that includes four (4) additional option years. C.2 DUTIES OF CONTRACTOR: C.2.1 The Contractor shall provide: "All necessary supplies for specimen transport, packaging, and testing "Any specialized tubes and shipping required for select patient testing "Courier/mail services for the transportation of the specimens "Specimen transport request forms "Reference laboratory testing and reporting with current reference ranges "Maintain a customer support telephone service "Electronic and paper test menu "Provide and maintain a user-friendly public website which allows easy reference for researching test information (test number/CPT coding, patient preparation, test utility, result interpretive guidelines) "Monthly report to include: "Tests ordered "Number of unsatisfactory specimens "Number of tests performed in current month "Calendar year-to-date with Current Procedural Terminology (CPT) code and cost. Reports to include all testing ordered for the calendar year "Turn-around-times (TAT) "Once patient testing is completed, the laboratory results will be faxed to the VAAAHS or a printed copy of laboratory results will be mailed to the Central Receiving Office C.2.2 Test results provided by the Contractor shall consist of a minimum: "Two (2) full patient identifiers "Physician's name "Facility name "Clinical Laboratory Improvement Amendments CLIA number (if requested) "Account number "Date/time specimen was collected "Date/time specimen was received "Date/time test was reported "Test ordered "Test result "Flagged abnormal results "Reference ranges "Name of testing laboratory "Type of specimen "Any additional comments related to test provided by submitting laboratory "Any other information the laboratory has that may indicate a questionable validity of test results "Unsatisfactory specimens shall be reported with regard to its unsuitability for testing C.3 CONFORMANCE STANDARDS: C.3.1 Contractor shall maintain full compliance with applicable Federal and State regulations. All services provided under this contract shall be performed in conformance with the National Fire Protection Agency (NFPA) 99- Health Care Facilities Code, Occupational Safety and Health Administration (OSHA), HIPAA, and other applicable national, state and local regulatory agencies. Contractor shall maintain Clinical Laboratory Improvement Act (CLIA), The Joint Commission (TJC), and the College of American Pathology (CAP) accreditation. A copy of the CLIA certificate shall be provided to the participating facilities when asked. Contractor's Laboratory Director shall be a licensed American Board of Pathology certified pathologist. The Contractor shall make sure employees have current and valid professional certifications before starting work under this contract. Medical Technologists, Medical Technicians, and Cytotechnologists shall meet personnel qualifications required by CAP and CLIA guidelines. The Contractor shall maintain current licenses and certificates and provide copies of such to VA upon reasonable written request. C.4 HOURS OF WORK: C.4.1 Courier/mail pick-up of patient samples shall be provided Monday through Friday, at 8:00am. Patient testing shall be done a minimum of Monday through Friday, but may include weekends and holidays if the reference site chooses to perform weekend and holiday testing. C.4.2 The ten holidays observed by the Federal Government are New Years Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. C.5 MEDICAL LIABILITY INSURANCE LIMITS: C.5.1 In accordance with VAAR 852.237-7, Indemnification and Medical Liability Insurance, the contractor shall maintain liability insurance or self-insurance of not less than $1,000,000.00 per specialty per occurrence. C.6 PAYMENT: C6.1 The COR will make certification of invoices for Pathology and Laboratory Medicine Service (PALMS) for the VAAAHS. All invoices will be processed in accordance with the Prompt Payment Act. Any discrepancy between the terms of the contract and the amount of the invoice will be promptly referred to the VA Contracting Officer for resolution. Invoices for contract services shall be submitted online through the e-invoice/Tungsten website. C.7 TERM OF CONTRACT FOR VAAAHS: The contract will be effective for one (1) year from the date of the contract award, with four (4) additional contract option years. The contract is subject to the availability of appropriated funds. C.8 THE JOINT COMMISSION COMPLIANCE STANDARDS: C.8.1 GENERAL: All applicable VA and VHA policies, procedures and directives shall be followed by the Contractor. The Contractor shall continuously meet or exceed all Joint Commission Hospital standards and provide oversight of care, treatment and services provided through contractual agreement standard LD.04.03.09. The patient population treated within the covered areas consists of veterans with varying physical, psychiatric, and psychological needs. Their conditions are in many cases, directly related to the individual's service to this country. Contract personnel shall provide compassionate care with respect for the special needs of the veteran population served. Care delivered shall reflect the VA Medical Centers mission, vision and values: Mission: Honor America's veterans by providing exceptional health care that improves their health and well-being. Vision: VHA shall continue to be the benchmark of excellence and value in health care and benefits by providing exemplary services that are both patient centered and evidenced based. This care shall be delivered by engaged, collaborative teams in an integrated environment that supports learning, discovery and continuous improvement. It shall emphasize prevention and population health and contribute to the nation's well-being through education, research and service in National emergencies. C.8.2 PATIENT RIGHTS: Protection of all patients' rights is of highest priority. Patient privacy and confidentiality shall be maintained at all times. Computer access shall be granted on a need-to-know basis, and security of computerized information shall be maintained at all times. No patients shall be subject to any research activity without his fully informed consent, subject to study approval by the Investigational Research Board (IRB). The Contractor shall abide by the VAAAHS Code of Ethics, which addresses marketing, admission/transfer/referral/discharge processes, and billing issues. The Contractor and the patient care service provided shall be included in the participating facilities data collection activities related to patient and family complaints and satisfaction issues. Care provided shall respect and integrate the patient's beliefs, values and cultural influences C.8.3 PATIENT SAFETY: Patient safety shall be a primary focus of the Contractor including compliance with all applicable patient safety goals. The VAAAHS shall inform the Contractor of all applicable Sentinel Events or other Patient Safety Alerts received by the facilities. For every applicable alert, the Contractor shall take the necessary steps to redesign processes to prevent occurrence, and provide written feedback to the Contracting Officer Representative (COR) describing prevention actions taken. All events related to patient injury, medication errors, and other breeches of patient safety shall be documented utilizing the Contractor's format, and reported to the COR utilizing the part facilities' Incident Report. The VAAAHS shall provide the Contractor with the Sentinel Event definitions in the start-up phase. The Contractor shall verbally notify the facilities COR immediately when a Sentinel Event has occurred, which is to be followed by written notification within one (1) business day or sooner if requested by the medical center. The facilities shall determine when a Root Cause Analysis (RCA) is required of the Contractor. The Contractor shall conduct all Root Cause Analysis according to VAAAHS policy and within established time frames (45 days). Completed RCAs shall be provided to the COR. C.8.4 PERFORMANCE IMPROVEMENT: The Contractor shall comply with the participating facilities Performance Improvement (PI) program as applicable to Pathology and Laboratory Medicine Service (PALMS). PALMS shall monitor the vendor's Test Assay Turn Around Times (TATs) on a quarterly basis. Vendor shall provide a quarterly TAT report for all patient testing requests sent for analysis. Quality Assurance Technologists shall provide a quarterly report to participating facility management teams for review. Contractor PI activities may be directed by the VA facility, VISN or VHA, as well as accreditation or licensing bodies. The Contractor shall abstract, compile and report PI data as requested by the VA. VA Data collection methodology, report format, and reporting deadlines shall be defined by the VAAAHS. Examples of required PI activities include the VHA Performance Measures/Clinical Practice Guidelines program, and the Joint Commission ORYX or Core Measurement program. It is noted that PI activities are dynamic and subject to change, as driven by current priorities and resources. In all cases, the Contractor shall continually assess for, and act upon, clinical and administrative improvement opportunities. High priority shall be given by the Contractor to the prevention of risk for the patient. The Contractor shall implement process-related internal controls to prevent risk to the veteran. VA monitoring for continuous compliance with Joint Commission standards shall be directed by VA staff, and communicated to the Contractor through the COR. VA aggregate and/or practitioner-specific data collected by the VA shall be provided to the Contractor in accordance with established reporting schedules. VA measures related to contract compliance shall be identified by the COR. C.8.5 LEADERSHIP: VA Primary Care services and operational activities provided at the participating facilities shall be designed and planned by leadership staff, and shall reflect a uniform level of primary care as provided to veterans. The Contractor under the supervision of the PALMS Pathologists shall effectively manage and direct daily operations, information and support systems, and conserve physical and financial assets while meeting the mission of the VHA. PALMS Pathologists shall provide leadership oversight for improvement of clinical and administrative outcomes. The provision of contracted services shall be described in writing the nature and scope of services provided through contractual agreement. Leaders monitor contracted services by establishing expectations for the performance of the contracted services. Leaders take steps to improve contracted services that do not meet expectations. C.8.6 ENVIRONMENT OF CARE: All significant problems identified shall be reported verbally to the COR within 24 hours. A written corrective plan of action shall be submitted to the COR within five (5) working days. VA timeframes and priorities for completion of action plan items shall be mutually agreed upon by the Contractor and the VA Safety Officer. The Contractor shall successfully pass the VAAAHS Safety and Infection Control inspections prior to the provision of patient care. C.8.7 INFORMATION & RECORDS MANAGEMENT: The VAAAHS Information Management plan shall be followed by the Contractor. Documentation and record keeping shall be in accordance with the facility's policies and procedures. Strict adherence to all documentation related to the performance of invasive procedures shall be maintained. Identified medical record delinquency data shall be forwarded to the Contractor by the VAAAHS. C.9 EMPLOYMENT AND LIABILITY: C.9.1 This is a non-personnel services contract. The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the Contractor shall provide the following for these personnel, which includes worker's compensation, professional liability insurance, health examinations, income tax withholding and social security payments. The parties agree that Contractor personnel without formal appointments shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. C.10 INFECTION CONTROL: C.10.1 Contracted patient care activities shall be integrated into the VAAAHS Infection Control program, and contract staff shall adhere to the facilities Infection Control policies and procedures. The facilities Infection Control Plan shall identify for the Contractor how risks shall be identified, methods to be used to reduce risk, identification and reporting of community-acquired and nosocomial infections, and data collection and reporting requirements. Reports of surveillance, control, prevention and monitoring activities performed by the VAAAHS shall be provided, on a routine basis, to the Contractor. C.11 CONFLICT OF INTEREST: C.11.1 Conflict of Interest acknowledgement document(s) must be signed by all procurement officials and copies filed in the OPF in accordance with VHA Handbook 1660.3. Contracting Officials, CORs, selection officials, and others involved in the contracting processes are free from any actual or perceived conflicts of interest. The Contracting Officer will monitor compliance and will review the selection board for conflicts. C.12 TEST MENU REQUIREMENTS FOR THE VAAAHS: "IBD Serology 7 includes: ASCA IgA, ASCA IgG, Anti-OmpC IgA, Anti-CBir1, NSNA ELISA, NSNA IFA perinuclear pattern, NSNA IFA DNase sensitivity. CPT code 83520. "TPMT Genetics; genotype patients for individualized starting dose of thiopurines, CPT code 83891. "TPMT Enzyme; phenotype patients for individualized starting dose of thiopurines, CPT code 82657. "Thiopurine Metabolites (6-TGN, 6-MMPM), CPT code 82491, 82542. C.13 COR DESIGNATION: C.13.1 The Contracting Officer Representative (COR) is Joseph Masson, MLS (ASCP), Technical Specialist, Pathology and Laboratory Medicine Service (113), VAAAHS, 2215 Fuller Road, Ann Arbor, MI, 48105. Email address is: joseph.masson@va.gov. Telephone number is 734-845-5530. This individual is a VA employee and free from any financial or organizational conflict of interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25016N0697/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-N-0697 VA250-16-N-0697.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2996622&FileName=VA250-16-N-0697-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2996622&FileName=VA250-16-N-0697-000.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: VA ANN ARBOR HEALTHCARE SYSTEM;2215 FULER RD;ANN ARBOR, MI
Zip Code: 48105
 
Record
SN04264973-W 20160911/160911092659-f76e355175460596900e8d1ed5a9590a (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.