Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

Q -- Off-site Dermatopathology Consultative Services for the Veterans Affairs George E. Whalen Health Care System, UT - Attachment

Notice Date
5/9/2017
 
Notice Type
Attachment
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0488
 
Response Due
5/29/2017
 
Archive Date
9/5/2017
 
Point of Contact
Edward Marshburn
 
E-Mail Address
2.8259<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs George E. Whalen Health Care System in Salt Lake City, Utah and The Network Contracting Office (NCO) 19 are performing market research to determine if there sufficient number of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government will use responses to this notice to make the appropriate acquisition decision. The contemplated solicitation will be issued in accordance with FAR Parts 13. The selected contractor shall furnish labor and facilities to provide Off-site Dermatopathology Consultation Services for the VA Salt Lake City Health Care System (VASLCHCS) Pathology & Laboratory Medicine Service (P&LMS). The VASLCHCS P&LMS will cut and stain dermatopathology slides and send them to the contractor for dermatopathology consultative services on cases requiring a second opinion from experts specializing in Dermatopathology. DESCRIPTION OF SERVICES TO BE REQUIRED: Test Description Estimated Annual Qty. Turnaround Time Consulting for Dermatopathology Services 575 5 Days Immunoperoxidase Services 140 5 Days Cutaneous Direct Immunofluorescence 1 5 Days Cutaneous Direct Immunofluorescence (Interpretation Only) 50 5 Days H&E (Non-frozen); Process & Diagnosis; DIF 1 5 Days H&E (Non-frozen); Diagnosis Only 1 5 Days GENERAL REQUIREMENTS: Contractor shall guarantee same day or overnight transportation of stained slides (via courier service, UPS, or FedEx). Contractor shall provide the VASLCHCS P&LMS with the necessary shipping supplies (i.e. slide containers, bubble wrap, transport container, UPS/FedEx envelopes and prepaid overnight labels, etc.) for shipping the original consult case, additional slides, and any other correspondence at no additional charge to the government. Contractor shall provide electronic transmission of all completed consultations within five days of the time the consult was received for evaluation (eight days when/if additional stained slides are requested). Turnaround Requirement: Turnaround time shall be five days from the contractor receiving testing specimens from the government within the original pathology slides. If additional stained slides are requested for evaluation, an additional 3 days shall be granted. Also, if additional stained slides are requested, the turnaround time from receipt of original tests/slides shall be eight days for receipt of the consultation report. All slides shall be the property of the VASLCHCS P&LMS and shall be returned to the pathology department via courier within 2 days of the finalized consultative report. The total contract period shall be one base year and four (4) inclusive option year periods not to exceed five (5) years. The total contract amount, including all options years, shall not exceed $300,000.00 This contemplated solicitation will be evaluated based on best value in terms of price, past performance, and quality in accordance with FAR 13. All interested contractors who can meet the requirements stated above should respond, in writing, with information describing their interest, capabilities statements and indicate which small business category for which they qualify to the Contracting Officer shown above no later than 4:00 p.m. (Mountain Time), May 29, 2017. Solicitation VA259-17-Q-0488 has been assigned and should be referenced on all correspondence regarding this announcement. THIS IS NOT A REQUEST FOR PROPOSAL. NAICS Code 622110 is applicable to this acquisition, and the size standard for a contractor is $ 38.5 million. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System Award Management System (SAM) database prior to award of a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0488/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0488 VA259-17-Q-0488.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3482020&FileName=VA259-17-Q-0488-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3482020&FileName=VA259-17-Q-0488-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04501728-W 20170511/170509235440-aaed2662d58d5908937160809bd4fa4a (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.