Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2018 FBO #6166
SOURCES SOUGHT

Q -- Clinical Reference Laboratory Testing Services - Package #1

Notice Date
10/9/2018
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-19-R-0008
 
Archive Date
10/31/2018
 
Point of Contact
Anthony J. Smith, Phone: 2102954631
 
E-Mail Address
anthony.j.smith138.civ@mail.mil
(anthony.j.smith138.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit C - Schedule of Required Tests Draft Performance Work Statement - Clinical Reference Laboratory Testing Services RFI - Clinical Reference Laboratory Testing Services The U.S. Army Health Contracting Activity (USAHCA), Health Readiness Contracting Office (HRCO), on behalf of the U.S. Army Medical Command (MEDCOM), has developed this Request for Information (RFI) to solicit market research information from industry to assist the Government with the analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. THIS IS A REQUEST FOR INFORMATION ONLY. This is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication that HRCO will contract for the items contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. The Government's requirement is to obtain a non-personal services contract to provide Clinical Reference Laboratory Testing services for U.S. Army, U.S. Air Force, U.S. Navy and Defense Health Agency (DHA) Medical Treatment Facilities (MTFs) worldwide. Services shall be provided in accordance with AR 40‐3 Medical, Dental, and Veterinary Care, Chapter 14 Medical Laboratory Management in support of the patient care mission. The contractor shall provide all required facilities, labor, equipment, materials, software interfaces, transportation, and services necessary for clinical reference laboratory testing. Clinical reference laboratory testing includes comprehensive support generally encompassing the American Medical Association's Current Procedural Terminology (CPT) coding within the range of 80047 to 88399, and includes, but is not limited to, support across multiple clinical and anatomic pathology disciplines to include chemistry, hematology and coagulation, urinalysis, transfusion medicine, microbiology, molecular, histology, cytology, and genetic testing. The contractor must be capable of providing comprehensive reference laboratory support for all tests listed on the attached fee schedule (ref. Exhibit C). These are unique, individually orderable tests and panels across all the aforementioned disciplines and must possess sufficient infrastructure to fully support the timely receipt, transport, processing, testing, and reporting of results for the total projected annual requirements across all agencies including both Continental United States (CONUS) and Outside of the Continental United States (OCONUS) MTFs. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance of a 6-month transition period, 6-month base period and 4 one-year ordering periods. The North American Industrial Classification System (NAICS) code is 621511 and the small business size standard is $32.5M. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the Army DENCOM requirements. We recommend that you first review the "draft" Performance Work Statement (PWS) so that you may have a better insight on the questions below. 1. What are the customary commercial practices for providing these types of services for non-governmental entities, e.g., contract type, pricing structure, task order driven contract, etc.? 2. Based on your experience, what is the most cost effective contract type and payment method (i.e., monthly firm fixed-price, separate price per service (price list), cost reimbursement, or combination, etc.)? 3. Is 30 days a sufficient amount of time for a contractor to prepare a proposal given the scenario of a full trade-off best value source selection requiring a technical and price proposal, as well as past performance references? If 30 days is not sufficient, please provide a reasonable timeframe to prepare a proposal and rational for your time frame. 4. We anticipate a 6-month transition period for the contractor to perform pre-contract functions in order to be ready to begin full performance of the PWS by the contract start date (see PWS paragraph. 1.9). This effort will be separately priced in the contract. These efforts include but are not limited to: personnel recruitment and hiring efforts, training, security requirements, familiarization with testing requirements, and completion of electronic interface DoDI 8510.01 and 8582.01 requirements of the contract (see PWS paragraphs 5.8 through 5.8.3), and task order start-up requirements (see PWS paragraphs 5.15 through 5.15.6). Is a 6-month period a sufficient amount of time for the transition period? Based on your experience for similar efforts, should this period be shorter or longer and if so explain why? Do the PWS paragraphs cited in paragraph 4 above address all the efforts that may be entailed in a transition-in period? If not, what do you recommend? 5. Prior to initiation of performance by a new contractor, the contractor's Laboratory Information System (LIS) must have an approved Business to Business (B2B) Agreement from the Defense Health Agency (DHA) B2B Program Management Office (PMO) to connect to the Government via the Military Health System's (MHS) B2B Gateway. Additionally, the reference laboratory's LIS must have approved interfaces to the Department of Defense (DoD) Electronic Health Records (EHR) (e.g., Composite Health Care System (CHCS) and MHS Genesis), in addition to obtaining the requisite Information Assurance (IA) approvals or Authority To Operate (ATO). Current DoD approved mechanisms for approval and/or ATO are via DoD Instruction (DoDI) 8582 and 8510 (e.g., Risk Management Framework (RMF)). Please briefly explain how you plan to meet the LIS requirements, to include the required B2B agreement, approved interfaces to the DoD EHR, IA approvals and Authority to Operate, within the 6-month transition period in order to start full performance. 6. Do you have a catalog or other published product literature including pricing for these or similar services? If so, please provide this information. 7. Does your company have standard commercial rates utilized for private industry contracts for these types of services? If so, please describe. If not, are you aware of other companies that have commercial rates for these types of services? If so, please explain. 8. Do you have a GSA schedule for this type of requirement? Regarding Exhibit B, are there any performance locations that would not be included on the GSA schedule? 9. As stated above, the contractor must be capable of providing comprehensive reference laboratory support to include all unique, individually orderable tests and panels on the current fee schedule (ref. Exhibit C), and each test must be uniquely identified with a single test number that is standardized throughout the contractor's network of laboratories. The contractor must possess sufficient infrastructure to fully support the timely receipt, transport, processing, testing, and reporting of results for the total projected annual requirements across all agencies including both Continental United States (CONUS) and Outside of the Continental United States (OCONUS) MTFs. A copy of the current fee schedule, to include test names, is attached. Is your company capable of providing all required clinical reference laboratory testing based on the current fee schedule? Should you choose to submit a proposal, is your company capable of providing your fee schedule for all required tests to include, your test name, vendor unique test code/order number, identification of FDA Approved tests, CPT code(s), and Logical Observation Identifiers Names and Codes (LOINC) Code, LongName, Component, System, and Method? Is your company able to provide a firm fixed price for each test identified on the schedule? 10. Are the required performance measures in the Performance Requirements Summary (Exhibit A to PWS) achievable? If not, please be specific on which areas would not be and state the reasons why and provide recommendations. 11. Are there any innovative approaches used by your company for this type of service? If so, please explain. 12. What makes your company a market leader for this type of service? 13. Do you have past performance, within the past 3 years, for similar services in this PWS at multiple geographically dispersed locations of similar magnitude? If so, please provide the following information for each relevant contract: (1) name of your customer; (2) contract number; (3) contract start date; (4) contract length; (5) total dollar value for all periods; (6) place of performance; (7) type of labor categories; and (8) a brief description of services. 14. For NAICS 621511 - Medical Laboratories, Small Business Size Standard $32.5M, is your company considered a small business? If your company is a small business, do you fall under any small business subcategory (SDB, SDVOSB, Hub Zoned, 8a, etc)? If you are an 8a eligible company, please provide current status regarding your scheduled graduation date from the 8a program under this NAICS code. 15. If your company is a small business, can you comply with FAR Clause 52.219-14, Limitations on Subcontracting, required in contracts for small business set-asides? This clause requires the small business prime contractor to perform at least 50% of the contract. Due to the nature of this requirement, the primary effort of reference testing would entail a large percentage of any resultant contract. 16. If you are considered a large business, is there a possibility you may contemplate teaming with a small business for this requirement? 17. What is your company's average revenue for the past 3 years? 18. What types of internal Quality Control (QC) performance assessment methods are commonly used by your company for clinical reference laboratory testing services? 19. Does your company currently possess adequate resources or the ability to obtain adequate resources to support all of the required locations? If so, please describe your capabilities. 20. Discuss any concerns, comments or recommendations you may have with the attached "draft" PWS or any related Attachments/Exhibits. Please reference the applicable PWS paragraph numbers with each comment. Request for Capability Statement: Respondents to this RFI are requested to describe their interest and ability/capability to perform the clinical reference laboratory testing services in the PWS enclosed with this notice by submitting a capability statement. Responses should contain your Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 621511 (size standard $32,500,000). Please submit all responses through e-mail to both points of contact identified in the section below. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of five (5) pages (excluding price lists or catalogs). Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted by e-mail to the POCs listed below no later than 4:00 PM CDST, Tuesday, 16 October, 2018. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Health Readiness Contracting Office POCs Contracting Officer: David Robledo, 210-221-5490 david.d.robledo.civ@mail.mil Contract Specialist: Anthony J. Smith, 210-221-3408 anthony.j.smith138.civ@mail.mil Contracting Office Address: U.S. Army Health Contracting Activity Health Readiness Contracting Office 2199 Storage Street, Suite 68 JBSA Fort Sam Houston, TX 78234-5074 Enclosures: "Draft" Performance Work Statement (PWS) (Separately Attached) Exhibits: Exhibit A - Performance Requirements Summary (PRS) Exhibit B - DoD Summary by Facility Name Exhibit C - Current Schedule of Required Tests (Separately Attached) Exhibit D - List of Family Member Prefixes and Their Definitions Exhibit E - Army DEERS/RAPIDS System Procedures Exhibit F - Contract Administration Exhibit G - Wage Determinations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-19-R-0008/listing.html)
 
Place of Performance
Address: Reference Attached PWS, United States
 
Record
SN05117963-W 20181011/181009230432-a41cf15622edd15f7fcdfbf848dc3f8b (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.