DOCUMENT
Q -- Coagulation Cancer Testing & Interpretation - Attachment
- Notice Date
- 2/2/2017
- Notice Type
- Attachment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- VA26017R0094
- Archive Date
- 5/12/2017
- Point of Contact
- Diana Curl
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD NONCOMPETITIVE PROCUREMENT Requisition No.: 648-17-3-066-0063 Date of Notice: 02/02/2017 Contracting Officer: DIANA CURL Closing Date: 02/11/2017 This notice will appear for 10 days from above date. ************************************************************************************** Description of Supplies/Services: The Department of Veterans Affairs, Portland VA Medical Center (PVAMC), requires services, non personal, for reference laboratory services with professional interpretation of test results performed in the reference lab, all in support of direct patient care. The estimated length of this contract will be a base period of four months, with 4 option years. The Government intends to award this requirement noncompetitively to Oregon Health and Science University IAW FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The authority for restricting competition on this procurement is 41 U.S.C Code 3304(a), as implemented by FAR 6.302 for acquisitions of commercial items. The Reference Laboratory shall provide in accordance with all applicable federal, state, and local regulations, laws, and ordinances, and in accordance with the specifications outlined for accreditation certification if applicable, coagulation and cancer testing and interpretation for the tests listed in the table below. Reference lab will provide the test results to Portland Pathology & Laboratory (PLMS), PVAMC. Work will be performed in the Oregon Health & Science University (OHSU) Reference Laboratory, The proposed contractor is Oregon Health & Science University, and the total estimated value of the proposed action is $8,278,300.00 over a five-year period with the base period beginning on 06-01-2017 and running to 09-30-2017. The base period is estimated at $636,648.80, and the four option years total $7,641,651.20. Description CPT Est. Quantity 0.5 Year Est. Quantity Full Year Program Molecular diagnosis: Cancer Interpretation and report 83912 67 134 Cancer Interpretation Molecular diagnosis: Cancer Interpretation and report 83912 67 134 Cancer Interpretation Molecular diagnosis: Cancer Interpretation and report 83912 66 132 Cancer Interpretation Blood Smear peripheral Cancer Interpretation with report 85060 150 300 Cancer Interpretation Bone marrow smear Cancer Interpretation, with or without differential cell count 85097 170 340 Cancer Interpretation Cytopathology, concentration technique, smears and Cancer Interpretation 88108 175 350 Cancer Interpretation flow cytometry, Cancer Interpretation; 2-8 markers 88187 150 300 Cancer Interpretation flow cytometry, Cancer Interpretation; 9-15 markers 88188 150 300 Cancer Interpretation flow cytometry, Cancer Interpretation; 16 or more markers 88189 150 300 Cancer Interpretation Cytogenetics and molecular cytogenetics, Cancer Interpretation and report 88291 150 300 Cancer Interpretation Level IV surgical pathology, gross and microscopic examination 88305 150 300 Cancer Interpretation Special Stains, group II 88313 149 298 Cancer Interpretation Special Stains, histochemical staining with frozen sections 88314 150 300 Cancer Interpretation Determinative histochemistry or cytochemistry to identify enzyme constituents 88319 150 300 Cancer Interpretation Consultation and report on referred slides prepared elsewhere 88321 162 324 Cancer Interpretation immunocytochemistry (including immunoperoxidase) each antibody 88342 188 376 Cancer Interpretation Immunoflourescent study, each antibody, direct method 88346 200 400 Cancer Interpretation Electron microscopy, diagnostic 88348 200 400 Cancer Interpretation Morphometric analysis, in situ hybridization 88368 200 400 Cancer Interpretation Macroscopic examination, dissection, and preparation of tissue for non-microscopic analytical studies (nucleic acid-based molecular studies) 88387 200 400 Cancer Interpretation ABL SEQ MOLE SEP BY CAP ELE 81403 70 140 Cancer Testing Addl Karyotype simple 88280 75 150 Cancer Testing ANTI-B2-GLYCOPROTIEN ICG 86146 70 140 Coagulation Testing ANTICARDIOLIPIN IGG or IGM 86147 70 140 Coagulation Testing ANTITHROMBIN ACTIVITY 85300 70 140 Coagulation Testing APTT 1"1 MIX 0 MIN 85732 70.5 141 Coagulation Testing APTT PLASMA 60 MIN 85730 70 140 Coagulation Testing BCR/ABL FISH Probe 88271 68 136 Cancer Testing BCR-ABL Nested PCR Assay 81208 70 140 Cancer Testing BCR-ABL RNA Major Breakpoint 81206 70 140 Cancer Testing BCR-ABL RNA Minor Breakpoint 81207 70 140 Cancer Testing Bone Marrow Chromosome 88237 81.5 163 Cancer Testing Butyrate Esterase Stain 88319 70 140 Cancer Testing CNT 15-20 cells 2 karyotype 88262 70 140 Cancer Testing DECALIFICATION 88311 70 140 Cancer Testing DVV confirm ratio 85613 70 140 Coagulation Testing DVVT 85613 70 140 Coagulation Testing EOSINOPHILS Fish Probe 88271 70 140 Cancer Testing FACTOR II ACTIVITY 85210 70 140 Coagulation Testing FACTOR IX ACTIVITY 85250 70 140 Coagulation Testing Factor V Activity 85220 70 140 Coagulation Testing Factor V inhibitor 85335 70 140 Coagulation Testing Factor VII Activity 85230 70 140 Coagulation Testing FACTOR VIII COAG ACTIVITY 85240 70 140 Coagulation Testing FACTOR VIII VWF AG 85246 70 140 Coagulation Testing FACTOR X CHROMOGENIC 85260 70 140 Coagulation Testing FACTOR XI ACTIVITY 85270 70 140 Coagulation Testing FACTOR XII ACTIVITY 85280 70 140 Coagulation Testing FACTOR XIII QUAL 85290 70 140 Coagulation Testing Hem onc bld chromo 88237 70 140 Cancer Testing HEPARIN EITHER STD/LMW 85520 70 140 Coagulation Testing HEPARIN PLT AB LUMI AGG 86022 75 150 Coagulation Testing HEXAGONAL PL APTT 85598 70.5 141 Coagulation Testing Hormone Receptors, ER, PR, EA 88360 75 150 Cancer Testing IMMUNOFLUORESCENCE (EA) 88346 20 40 Cancer Testing IMMUNOHISTOCHEMISTRY 88342 55 110 Cancer Testing IN SITU HYBRIDIZATION 88368 75 150 Cancer Testing interphase 100-300 cells 88275 80 160 Cancer Testing JAK2 V617F Qual Mut Analysis 81270 70 140 Cancer Testing JAK2 V617F Quant Mut Analysis 81270 70 140 Cancer Testing METHOTREXATE 80299 75 150 Cancer Testing molecular probe 88271 70 140 Cancer Testing MSI MULTIPLEX PCR 81301 75 150 Cancer Testing MSI MULTIPLEX PCR 1ST 2 81301 75 150 Cancer Testing MYELOPEROXIDASE STAIN 88319 67.5 135 Cancer Testing PLATELET FACTOR 4 W/REFLEX TO HAL 86022 56.5 113 Coagulation Testing Platelet Function Analysis 85576 56.5 113 Coagulation Testing RETICULATED PLATELETS 85046 32.5 65 Cancer Testing SPECIAL STAIN OTHER 88313 32.5 65 Cancer Testing SUDAN BLACK B STAIN LEUKOCYTE 88313 32.5 65 Cancer Testing SURFACE MARKER AB ADDL 88184 32.5 65 Cancer Testing SURFACE MARKER AB FIRST 88185 32 64 Cancer Testing T CELL QUANT (T,B AND NK) 86360 32.5 65 Cancer Testing VONWILL/RAF 85245 56.5 113 Coagulation Testing A review of the potential acquisition alternatives was performed taking into consideration previous acquisitions of a similar item or service, the impact of prior acquisitions on these alternatives, and related in-house efforts, which indicated that the best acquisition method was identified. In-house resources, or the award of a new contract based on full and open competition after the exclusion of sources were both considered for this requirement. The PVAMC does not have the resources available to perform this service on their own, nor does it employ the required personnel to fill this need. As such, the facility requires testing and interpretation services from a reference laboratory that will be able to initiate specimen processing within 1 hour of specimen collection for all tests listed in the program Coagulation Testing, because coagulation and blood clotting disorders require immediate treatment and management. Patients are waiting for scheduled surgery or changes to medication doses. There are several contractors that are capable of providing the required coagulation and cancer testing; however OHSU is the only contractor that could be found that is capable of providing this one hour testing start time requirement. There is a sky bridge that connects PVAMC with OHSU. Delays in treatment and management of coagulation and blood clotting disorders are unacceptable for the prompt access of the VA, whereas immediate testing and resulting through a reference laboratory able to meet the 1 hour processing standard, furthers the goal of timely patient access. Delays in test results beyond 4-12 hours would typically result in canceled/delayed surgeries/treatments or serious negative consequences for patients with high risk factors (cancer, cardiovascular disease and serious health conditions). The expected turn-around time for coagulation tests results related to surgical procedures must be within 8 hours. Competition was sought for this requirement by posting a sources sought notice to FedBizOpps and to GSA e-Buy on 11-03-2016 with a closing date of 11-10-2016. GSA lists five Medical Laboratories, four of which are large business, and one of which is a small business (Cedar Diagnostics). The only businesses that could be found that showed any interest in this requirement was from the sources sought notice posted to GSA. Quest Diagnostics provided a capabilities statement, but stated they could not meet the testing start time of one hour after specimen collection. Cedar Diagnostics also provided a capabilities statement, but stated they could not meet the testing start time of one hour after specimen collection. Cedar challenged the one-hour requirement, and stated that it is not required. However, it is the PVAMC laboratory s medical opinion that the one hour test start time for the coagulation and cancer tests is required and professionally disagrees with Cedar s claims. PVAMC stated in a meeting with the Contract Specialist on 11-08-16 that they are standing behind the one-hour testing requirement. A review of services available from the Committee for Purchase from people who are blind or severely disabled (AbilityOne) showed this service could not be provided by from this source at this time. Research was conducted by searching the UNICOR website and reviewing the online FPI Schedule. UNICOR does not offer these services. Research was conducted by reviewing the online WSNC and VISN contracting vehicle listings. There was no BPA available for OHSU. Vets First does not apply. However, for market research purposes, VetBiz was reviewed using NAICS code 621511 for Washington and Oregon and revealed 6 matches. A review of their capabilities statements revealed that none can provide the specific services needed. As described above, market research, in accordance with FAR Part 10, was conducted by posting a sources sought notice to FedBizOpps and to GSA on 11-03-16. The sources sought number is VA260-17-N-0033. A capability statement was requested in the notice. In the event new or unknown medical evidence changes the professional medical opinion of the PVAMC laboratory, regarding specimen testing beginning within one hour of collection, this requirement may be able to be competed if the specimen testing start time is extended from one hour to a time long enough for other laboratories located elsewhere in the country to be able to provide the required reference laboratory services. PVAMC will continue to perform on going market research for other US labs acquiring the capabilities to perform these unique and challenging tests. Based upon the above information, there is a high level of confidence that no other qualified sources exist. Laboratory Corporation of America and Cedar Diagnostics hold a single award VISN 20 Blanket Purchase Agreements (BPA) for reference lab testing. In the event the one hour testing start time is changed, their BPAs could be used. Other interested concerns having the ability to furnish these services shall submit a capabilities statement to the Contracting Officer no later than the closing date of this announcement. All submissions will be evaluated to determine if competitive opportunities exist. This is NOT an RFQ. This does represent the Government s only written notice of this procurement. All responsible sources may submit a response which, if timely received, must be considered by the agency. The estimated/potential: $8,278,300.00 Place of Performance: Portland, OR ************************************************************************************* ************************************************************************************* This notice and any resulting contract or order conforms to the requirements in place through FAC 05-94/95 (effective 01-13-2017). All questions regarding this procurement shall be in writing, and addressed to Diana Curl at diana.curl@va.gov no later than 02/11/2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26017R0094/listing.html)
- Document(s)
- Attachment
- File Name: VA260-17-R-0094 VA260-17-R-0094_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3249181&FileName=VA260-17-R-0094-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3249181&FileName=VA260-17-R-0094-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-17-R-0094 VA260-17-R-0094_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3249181&FileName=VA260-17-R-0094-000.docx)
- Record
- SN04389848-W 20170204/170202235440-0203d82d0836aa66a6610c5f69b8668f (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 |