Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

Q -- BOISE LABORATORY SERVICES FOR A BASE YEAR PERIOD PLUS 4 OPTION YEARS - Attachment

Notice Date
5/24/2017
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;Dupont WA 98327
 
ZIP Code
98327
 
Solicitation Number
VA26017R0408
 
Response Due
5/31/2017
 
Archive Date
6/30/2017
 
Point of Contact
Ron Schreck
 
E-Mail Address
8-4926<br
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of Veteran Affairs Medical Center, Boise Idaho is currently requesting information to determine the existence of viable commercial sources capable of providing Laboratory Services. The intended contract period of performance is for a base year with four (4) one-year option periods. Description of Services: The Contractor shall provide all supervision, labor, equipment, to include pickup specimens (slides and tissue blocks) and transportation of specimens to its laboratory as well as the following services: Immunoperoxidase staining and other special tissue stains; Embedded Biopsies will be picked up in the afternoon, cut stained and returned the following day (within 24 hrs.) The NAICS code assigned is: 621511 MEDICAL LABORATORIES and the small business size standard is $13.5 million. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and can provide the required services, please complete the sources sought questionnaire below and email your response to ron.schreck@va.gov no later than 12:00 PM PDST on 31 May, 2017. Include any comments or questions you may have. Also, provide your capability statements within your response. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA FSS Name/Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 621511 MEDICAL LABORATORIES Service; the small business size standard for this NAICS code is $13.5 million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business (WOSB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no HUB Zone [ ] yes [ ] no Other (Affiliate, Ability One, etc.) please specify.______________________________. 3. If your company were selected, how many calendar days would your company need after the contract award date before starting to provide services? 4. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns this service. 5. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Laboratory Diagnostics: Statement of Work 15 May 2017 SCOPE OF WORK. Contractor shall provide laboratory services to include pickup specimens (slides and tissue blocks) at Building 85, Room 212, Pathology and Laboratory Services, Boise ID VAMC, phone number 208-422-1140 and transport of specimens to its laboratory. The contractor shall provide the following services: Immunoperoxidase staining and other special tissue stains (List attached). Embedded Biopsies will be picked up in the afternoon, cut, stained and returned the following day (within 24 hrs.). DIF studies and interpretation will be provided. Special instructions as needed Current list of tests available Volume of tests will be as needed based on patient population. Provide specimen pick up services as defined in the contract. Transport samples in such a manner as to ensure the integrity of the specimen. Contractor shall notify VAMC of any specimen problems or discrepancies from the submitted request forms within 24 hours after shipping. Consult with Laboratory on test results by telephone as needed. Provide BVAMC Laboratory with a means of communication to permit immediate inquiry regarding the status of pending tests. Billing summaries shall begin the first day of the month and include the last day of the month. Tests referred to another laboratory shall be at no additional transfer charge or confirmation charge to the government. SAMPLE PREPARATION. The Boise VAMC will provide laboratory specimens (tissue blocks and slides) prepared according to the contractor's laboratory instructions identified, and labeled for testing. The contractor shall provide an adequate supply of requisition forms, special instructions, and a current list of tests and specimen requirements. The contractor shall be responsible for returning the tissue blocks to Boise VAMC (PALMS). LICENSING AND ACCREDITATION. Contractor shall have all licenses, permits, accreditation and certificates required by law. Laboratory Director shall be a licensed American Board of Pathology certified pathologist. Contractor policies and procedures must comply with the Health Insurance Portability and Accountability Act (HIPPA). All medical facilities providing laboratory services under the contract must possess a valid state license and meet CLIA requirements. SERVICE. The contractor shall provide telephone number(s) and contact person to be used by the VAMC to make specimen problem inquiries and problem solving at all times including weekends and holidays. The contractor shall include names and telephone numbers of technical Directors and Pathologists available for consultation. Contractor agrees to maintain the minimum acceptable service, reporting systems and quality control. Contractor shall advise facility of any changes in methodology, procedure, delays in testing, exceeding the maximum TAT and any new tests introduced. Exception handling: Contractor will notify VAMC, Laboratory Service within 12 hours of any problems with specimens received. PERSONNEL. The Contractor shall make sure employees have current and valid professional certifications before starting work under this contract. Employees shall meet personnel qualifications required by Clinical Laboratory Improvement Act (CLIA) '88 Guidelines. HOURS OF OPERATION. The Contractor shall perform the services required under this contract within 24 hrs. The Contractor shall provide routine scheduled specimen pickup at a time mutually agreed upon by the VAMC COTR. PATIENT LISTS. The Contractor shall treat patient lists, no matter how developed, as privileged information. Lists and/or names of patients shall not be disclosed to or revealed in any way for any use outside the participating VAMC without prior written permission by the VAMC COTR or Chief of the Medical Staff. RELEASE OF MEDICAL INFORMATION. Contractor and its subcontractors will not release any medical information obtained during the course of this contract to anyone outside the VAMC unless authorized by VAMC, Chief of Pathology or designee. SPECIMEN PICK-UP TIMES. The Contractor shall provide routine scheduled specimen pickup at a time mutually agreed upon by the VAMC Pathology Services. Contractor and BVAMC shall have an agreement for non-pick up holidays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26017R0408/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-17-R-0408 VA260-17-R-0408_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3524149&FileName=VA260-17-R-0408-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3524149&FileName=VA260-17-R-0408-000.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: VETERANS AFFAIRS MEDICAL CENTER;500 W. FORT STREET;BOISE, ID
Zip Code: 83702-4598
 
Record
SN04520954-W 20170526/170524235607-7b0eaa5cc9b5f41670d64c4d8d5050ad (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.