Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
DOCUMENT

Q -- Neuropathology Testing and Supplies NJHCS - Attachment

Notice Date
5/3/2017
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217Q0606
 
Response Due
5/17/2017
 
Archive Date
6/16/2017
 
Point of Contact
Jarrod Bowsky
 
E-Mail Address
.Bowsky@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 12 COMBINED SYNOPSIS/SOLICITATION NEUROPATHOLOGY TESTING AND SUPPLY SERVICES FOR PATHOLOGY & LABORATORY MEDICAL SERVICE AT NEW JERSEY HEALTHCARE SYSTEM (NJHCS), EAST ORANGE CAMPUS (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13.5- Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0606. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as Full and Open Competition. The North American Industry Classification System (NAICS) code is 621511, Medical Laboratories, with a small business size standard of $32.5 Million. (v) The Contractor shall provide all labor, supplies, equipment, maintenance, information technology, and supervision necessary to provide Neuropathology for Testing and Supply Services to Department of Veteran Affairs (VA) New Jersey Health Care System (NJHCS) described herein. Neuropathology for Testing and Supply Services include, but are not limited to: specimen preparation and storage; transportation of clinical laboratory specimens, performance of analytical testing; reporting of analytical test results; and consultative services. Tests performed must include Skin Biopsy Analysis for Epidermal Nerve Fiber Density (ENFD), Sweat Gland Nerve Fiber Density (SGNFD), Muscle Biopsy Analysis, and Nerve Biopsy Analysis as detailed in Attachment A. See table below for instrumentation and timeframe of option periods: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Muscle, nerve and skin biopsy studies for FY17 Contract Period: Base POP Begin: Date of Award POP End: 09-30-2017 120.00 EA __________________ __________________ 0001AA Epidermal Nerve Fiber Density Contract Period: Base POP Begin: Date of Award POP End: 09-30-2017 Test include: H&E Congo Red PGP 9.5 Morhometric Analysis The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 0001AB Sweat Gland Nerve Fiber Density Contract Period: Base POP Begin: 02-01-2017 POP End: 01-31-2018 The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 0001AC Muscle Biopsy Routine Panel Contract Period: Base POP Begin:DOA POP End: 09-30-2017 Test include: H&E Mason Trich Thioflavin Gomori Trich / PAS NADH / ATPASE / SDH Special Stains The government may require an estimated minimum 1specimen per month to estimated maximum 2 specimens per month for two (2) patients. 24.00 EA __________________ __________________ 0001AD Nerve Biopsy Routine Panel Contract Period: Base POP Begin: DOA POP End: 0930-2017 Test include: H&E Mason Trich / Thioflavin Gomori Trich Special Stains Teased Fibers The government may require an estimated minimum 1specimen per year to estimated maximum 2 specimens per year for two (2) patients. 2.00 EA __________________ __________________ 1001 Muscle, nerve and skin biopsy studies for FY18 Contract Period: Option 1 POP Begin: 10-01-2017 POP End: 09-30-2018 120.00 EA __________________ __________________ 1001AA Epidermal Nerve Fiber Density Contract Period: Option 1 POP Begin: 10-01-2017 POP End: 09-30-2018 Test include: H&E Congo Red PGP 9.5 Morhometric Analysis The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 1001AB Sweat Gland Nerve Fiber Density Contract Period: Option 1 POP Begin: 10-01-2017 POP End: 09-30-2018 The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 1001AC Muscle Biopsy Routine Panel Contract Period: Option 1 POP Begin: 10-01-2017 POP End: 09-30-2018 H&E Mason Trich / Thioflavin Gomori Trich / PAS NADH / ATPASE / SDH Special Stains The government may require an estimated minimum 1specimen per month to estimated maximum 2 specimens per month for two (2) patients. 24.00 EA __________________ __________________ 1001AD Nerve Biopsy Routine Panel Contract Period: Option 1 POP Begin: 10-01-2017 POP End: 09-30-2018 H&E Mason Trich / Thioflavin Gomori Trich Special Stains Teased Fibers The government may require an estimated minimum 1specimen per year to estimated maximum 2 specimens per year for two (2) patients. 2.00 EA __________________ __________________ 2001 Muscle, nerve and skin biopsy studies for FY19 Contract Period: Option 2 POP Begin: 10-01-2018 POP End: 09-30-2019 120.00 EA __________________ __________________ 2001AA Epidermal Nerve Fiber Density Contract Period: Option 2 POP Begin: 10-01-2018 POP End: 09-30-2019 Test include: H&E Congo Red PGP 9.5 Morhometric Analysis The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 2001AB Sweat Gland Nerve Fiber Density Contract Period: Option 2 POP Begin: 10-01-2018 POP End: 09-30-2019 The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 2001AC Muscle Biopsy Routine Panel Contract Period: Option 2 POP Begin: 10-01-2018 POP End: 09-30-2019 H&E Mason Trich / Thioflavin Gomori Trich / PAS NADH / ATPASE / SDH Special Stains The government may require an estimated minimum 1specimen per month to estimated maximum 2 specimens per month for two (2) patients. 24.00 EA __________________ __________________ 2001AD Nerve Biopsy Routine Panel Contract Period: Option 2 POP Begin: 10-01-2018 POP End: 09-30-2019 H&E Mason Trich / Thioflavin Gomori Trich Special Stains Teased Fibers The government may require an estimated minimum 1specimen per year to estimated maximum 2 specimens per year for two (2) patients. 2.00 EA __________________ __________________ 3001 Muscle, nerve and skin biopsy studies for FY20 Contract Period: Option 3 POP Begin: 10-01-2019 POP End: 09-30-2020 120.00 EA __________________ __________________ 3001AA Epidermal Nerve Fiber Density Contract Period: Option 3 POP Begin: 10-01-2019 POP End: 09-30-2020 Test include: H&E Congo Red PGP 9.5 The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 3001AB Sweat Gland Nerve Fiber Density Contract Period: Option 3 POP Begin: 10-01-2019 POP End: 09-30-2020 The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 3001AC Muscle Biopsy Routine Panel Contract Period: Option 3 POP Begin: 10-01-2019 POP End: 09-30-2020 H&E Mason Trich / Thioflavin Gomori Trich / PAS NADH / ATPASE / SDH Special Stains The government may require an estimated minimum 1specimen per month to estimated maximum 2 specimens per month for two (2) patients. 24.00 EA __________________ __________________ 3001AD Nerve Biopsy Routine Panel Contract Period: Option 3 POP Begin: 10-01-2019 POP End: 09-30-2020 H&E Mason Trich / Thioflavin Gomori Trich Special Stains Teased Fibers The government may require an estimated minimum 1specimen per year to estimated maximum 2 specimens per year for two (2) patients. 2.00 EA __________________ __________________ 4001 Muscle, nerve and skin biopsy studies for FY21 Contract Period: Option 4 POP Begin: 10-01-2020 POP End: 09-30-2021 120.00 EA __________________ __________________ 4001AA Epidermal Nerve Fiber Density Test Contract Period: Option 4 POP Begin: 10-01-2020 POP End: 09-30-2021 Test include: H&E Congo Red PGP 9.5 Morhometric Analysis The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 4001AB Sweat Gland Nerve Fiber Density Contract Period: Option 4 POP Begin: 10-01-2020 POP End: 09-30-2021 The government may require an estimated minimum 1specimen per month to estimated maximum 10 specimens per month for five (5) patients. 120.00 EA __________________ __________________ 4001AC Muscle Biopsy Routine Panel Contract Period: Option 4 POP Begin: 10-01-2020 POP End: 09-30-2021 H&E Mason Trich / Thioflavin Gomori Trich / PAS NADH / ATPASE / SDH Special Stains The government may require an estimated minimum 1specimen per month to estimated maximum 2 specimens per month for two (2) patients. 24.00 MO __________________ __________________ 4001AD Nerve Biopsy Routine Panel Contract Period: Option 4 POP Begin: 10-01-2020 POP End: 09-30-2021 H&E Mason Trich / Thioflavin Gomori Trich Special Stains Teased Fibers The government may require an estimated minimum 1specimen per year to estimated maximum 2 specimens per year for two (2) patients. 2.00 EA __________________ __________________ GRAND TOTAL __________________ (vi) Description of requirement (See attached Performance Work Statement to include Wage determination information and Quality Assurance Surveillance Plan): The contractor shall provide all parts and labor identified in the PWS. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: New Jersey Healthcare System East Orange Campus 385 Tremont Avenue East Orange NJ 07018-1095 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) 52.204-22 Alternative Line Item Proposal 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.209-7 Information Regarding Responsibility Matters (Jul 2013) 52.216-1 Type of Contract (APR 1984) 52.233-2 Service of Protest (SEPT 2006) 839.201 Contract clause for Information and Information Technology Security 852.219-70 Veteran-owned small business. 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim- October 2008) (ix) In accordance with 52.212-2 award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 15 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.216-18 Ordering (OCT 1995) 52.216-19 Order Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 001AL-11-15-B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) 852.237-70 Contractor Responsibilities (APR 1984) 852.237-72 Electronic Submission of Payment Requests (NOV 2012) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-9, Small Business Subcontracting Plan (NOV 2016) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements. 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act of 1965 does apply to this procurement; see attached wage determination for Essex County. (xiv) N/A (xv) This is an open-market combined synopsis/solicitation for Neuropathology for Testing and Supply Services to Department of Veteran Affairs (VA) New Jersey Health Care System (NJHCS).    The government intends to award an indefinite delivery indefinite quantity contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 4:00 PM EST, Tuesday, May 16, 2017. The government shall only accept electronic submissions via email, please send all quotations to Jarrod Bowsky at Jarrod.Bowsky@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Direct your questions to Jarrod Bowsky, Contracting Specialist, Jarrod.Bowsky@va.gov. The last day to submit questions is 4:00 PM EST, Thursday, May 11, 2017. List of Attachments: See attached document: FINAL SOW 561-17-3-040-0118. See attached document: QASP NEUROPATHOLOGY. See attached document: WD EAST ORANGE NJ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q0606/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0606 VA242-17-Q-0606.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468520&FileName=VA242-17-Q-0606-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468520&FileName=VA242-17-Q-0606-000.docx

 
File Name: VA242-17-Q-0606 QASP NEUROPATHOLOGY.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468521&FileName=VA242-17-Q-0606-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468521&FileName=VA242-17-Q-0606-001.docx

 
File Name: VA242-17-Q-0606 WD EAST ORANGE NJ.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468522&FileName=VA242-17-Q-0606-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468522&FileName=VA242-17-Q-0606-002.docx

 
File Name: VA242-17-Q-0606 BAA 17-Q-0606.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468523&FileName=VA242-17-Q-0606-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468523&FileName=VA242-17-Q-0606-003.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: New Jersey Healtcare System;East Orange Campus;385 Tremont Avenue;East Orange NJ
Zip Code: 07018-1023
 
Record
SN04493970-W 20170505/170503234438-1bb27959b6a6abd27db48995e69b3f39 (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.