Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
DOCUMENT

Q -- Tumor Mutational Burden (Quantitative Genomic Biomarker) using next-generation sequencing (NGS) for facilities within VISN 15. - Attachment

Notice Date
5/2/2017
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517Q0545
 
Response Due
5/12/2017
 
Archive Date
8/19/2017
 
Point of Contact
Paula Galvin
 
Small Business Set-Aside
N/A
 
Description
This announcement is SOURCES SOUGHT NOTICE, VA255-17-Q-0545. This sources sought notice is for preliminary planning purposes therefore, no quotations are being requested or accepted at this time. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACTS SHALL BE AWARDED FROM THIS NOTICE. No solicitation is currently available at this time. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Small Businesses, Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, and Economically Disadvantaged Women-Owned Small Businesses interested and capable of589 performing the work relative to NAICS code 621511. The VA Network Contracting Office 15 has been tasked to seek commercial laboratories capable of performing breast and prostate Tumor Mutational Burden (Quantitative Genomic Biomarker) using next-generation sequencing (NGS). Potential sources are responsible for the complete performance of the technical aspects of this requirement. The acquisition awarded is anticipated to be firm, fixed-price. The type of solicitation to be issued will depend upon the responses to this notice. Issuance of solicitation will be dependent upon the number of responses, information received, and subsequent market analysis. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of the Business Community. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of this requirement is for a base period (start and end dates to be determined) with two each one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 621511. The Small Business Size Standard for this acquisition is $32.5M. Participating Medical Center are identified below: Department of Veterans Affairs Kansas City VA Medical Center 4801 Linwood Blvd. Kansas City, Mo. 64128-2226 Department of Veterans Affairs Dwight D. Eisenhower VA Medical Center 4101 S. 4th St. Leavenworth, Ks.66048-5014 Department of Veterans Affairs Marion VA Medical Center 2401 West Main St. Marion, IL. 62959-1188 Department of Veterans Affairs Colmery O Neil VA Medical Center 2200 Gage Blvd. Topeka, Ks. 66622-0001 Department of Veterans Affairs Robert J. Dole VA Medical Center 5500 E. Kellogg Drive Wichita, Ks. 67218-1607 Description of Services: The Contractor shall provide all labor, supplies, equipment, maintenance, information technology, and supervision necessary to provide comprehensive genomic profile services. Genetic Laboratory services include, but are not limited to: specimen storage; transportation of clinical laboratory specimens; performance of analytical testing; reporting of analytical test results; and consultative services. The two types of testing shall provide a fully informative genomic profile for hematologic cancers (leukemia, lymphoma, and myeloma) sarcomas and pediatric cancers, designed to provide physicians with clinically accountable information to guide treatment options for patients based on the genomic profile of their cancer. Comprehensive Genomic Biomarker (Next Generation Sequencing) to Predict Response to Immunotherapy for Hematologic Cancers Comprehensive Genomic Biomarker (Next Generation Sequencing) to Predict Response to Immunotherapy for Solid Tumor The comprehensive genomic profile shall apply next-generation sequencing to identify all four types of genomic alterations across all genes known to be unambiguous drivers of solid tumors with high accuracy. The test simultaneously sequences the coding region of 315 cancer-related genes plus introns from 28 genes often rearranged or altered in cancer to a typical median depth of coverage of greater than 500X. Each covered read represents a unique DNA fragment to enable the highly sensitive and specific detection of genomic alterations that occur at low frequencies due to tumor heterogeneity, low tumor purity and small tissue samples. The test shall detect all classes of genomic alterations, including base substitutions, insertions and deletions (indels), copy number alterations (CNAs), and rearrangements using a small, routine formalin-fixed paraffin-embedded (FFPE) sample (including core or fine needle biopsies). General Qualifications: Only fully licensed/accredited laboratories actively engaged in providing the specific services and laboratory testing outlined in this solicitation shall be considered. The Contractor shall have all licenses, permits, accreditation and certificates required by law. The reference laboratory shall be licensed/accredited by the College of American Pathologists (CAP). In addition, the laboratory must be certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988. Contractor Personnel assigned by the Contractor to perform the services covered by this BPA shall be eligible to provide the services of this BPA 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 BPA shall be full and unrestricted licenses. Contractor personnel shall be licensed by the governing or cognizant licensing board. Capability Statement: Please provide a capability statement addressing your organization s ability to perform as a prime contractor providing quantitative genomic biomarker testing. This is not a request for quotation and in no way obligates the Government to award any contract. Please limit your response to this synopsis to less than five pages and please include the following information: Your company s name, addresses, point of contact, phone number, and email address. Your company s interest in submitting a quotation on the solicitation when/if it is issued. Your company s capability to meet the requirements. Your company s capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the requirement, customer s name, phone number and address, period of performance, and dollar value of the contract. Your company s small business Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). Interested companies are asked to respond to this Sources Sought Notice no later than 2:00 PM (CST) on Friday, May 12, 2017. All interested companies must be registered in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please email (only) your response to: Paula Galvin, NCO 15 Contracting Office: paula.galvin@va.gov. Please reference the following solicitation number in the subject line of all correspondence submitted: VA255-17-Q-0545. Note: Only e-mail responses will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517Q0545/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-Q-0545 VA255-17-Q-0545_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3462535&FileName=VA255-17-Q-0545-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3462535&FileName=VA255-17-Q-0545-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04493096-W 20170504/170502235336-1f0e2226dd1bf12bc374d57b95085613 (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.