SOLICITATION NOTICE
Q -- FY21: VISN 08 Reference Laboratory Testing Services
- Notice Date
- 1/4/2022 9:50:16 AM
- Notice Type
- Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24821R0112
- Response Due
- 1/5/2022 6:00:00 AM
- Archive Date
- 02/04/2022
- Point of Contact
- Paul A Jarrett, Contract Specialist
- E-Mail Address
-
Paul.Jarrett@va.gov
(Paul.Jarrett@va.gov)
- Awardee
- null
- Description
- RFP: 36C24821R0112 AMENDMENT: 0004 SUMMARY OF CHANGES dated 10.15.2021 Change the SCOPE OF WORK to read: All requirements and provisions defined in this scope of work will apply to any laboratory, i.e. branch, division, sub-contractor, etc., performing reference testing on behalf of the contractor and will include any and all new facilities acquired into VISN 8 during the contract. Services shall include: Reference laboratory testing provided by an accredited laboratory as described in section 4.1 Performance Requirements of the PWS. Evidence of a Quality Management Plan and Customer Service structure Reference laboratory testing for all tests listed on government s Attachment D as well as all esoteric tests as defined by the contractor s reference test manual. Reference laboratory testing that meets or exceeds contractor s published Turn Around Time (TAT). Transportation of clinical laboratory specimens to the contractor s laboratory(s), Reporting of clinical and anatomic analytical test results and consultative services as required to assimilate the full scope of its laboratory operations to the VISN 8, and Establishment of an interconnection with the VA for transfer of laboratory test results directly into a VA computer system via the appropriate Laboratory Electronic Data Interchange protocol. The contractor shall provide at least one specimen processor at each participating Medical Facility for the processing and packaging of laboratory specimens in preparation for transport to the contractor s laboratory. Contract tests will be a fixed price to provide services at the request for any tests listed in Attachment D (Reference Lab Test List Revised 9/16/2021). The contractor shall provide the stated quantity across VISN 8 for the tests listed on Attachment D (Reference Lab Test List Revised 9/16/2021). At the request of any VISN 8 facility, the contractor shall provide the results for reference lab to the respective site. A firm-fixed price will be applied to the Price/Schedule for the VISN 8-wide line item number (LIN) for Reference Laboratory Testing. The VISN-wide LIN represents the Grand Total (Column D) from Attachment D (Reference Lab Test List Revised 9/16/2021). Attachment D (Reference Lab Test List Revised 9/16/2021) also includes usage amount for each VISN 8 site. A firm fixed price shall be applied to the aggregate amount (Column D) for the entire VISN 8. Participating Medical Facilities for specimen processor(s) are listed in Attachment F. The contractor shall include firm-fixed prices in the Price/Schedule for tests to be requested throughout the VISN. Column E to O represents the sub-line item numbers (SLINs) from Attachment D (Reference Lab Test List Revised 9/16/2021) and should be associated to the description, annual quantity, and prices on the Price/Schedule. Specimen processor(s) at the stated medical facilities will be included in the SLIN. The SCOPE OF WORK within the PWS was initially posted as: All requirements and provisions defined in this scope of work will apply to any laboratory, i.e. branch, division, sub-contractor, etc., performing reference testing on behalf of the contractor and will include any and all new facilities acquired into VISN 8 during the contract. Services shall include: Reference laboratory testing provided by an accredited laboratory as described in section 4.1 Performance Requirements of the PWS. Evidence of a Quality Management Plan and Customer Service structure Reference laboratory testing for all tests listed on government s Attachment D as well as all esoteric tests as defined by the contractor s reference test manual. Reference laboratory testing that meets or exceeds contractor s published Turn Around Time (TAT). Transportation of clinical laboratory specimens to the contractor s laboratory(s), Reporting of clinical and anatomic analytical test results and consultative services as required to assimilate the full scope of its laboratory operations to the VISN 8, and Establishment of an interconnection with the VA for transfer of laboratory test results directly into a VA computer system via the appropriate Laboratory Electronic Data Interchange protocol. The contractor shall provide at least one specimen processor at each participating Medical Facility for the processing and packaging of laboratory specimens in preparation for transport to the contractor s laboratory. Contract tests will be a fixed price to provide services at the request for any tests listed in Attachment D (Reference Lab Test List). The contractor shall provide an unlimited access to the amount test, if needed, on any test listed on Attachment D. At the request of any VISN 8 facility, the contractor shall provide the results for reference lab to the respective site. A fixed price will be applied for specimen processor(s) at participating Medical Facility (s). This option will be listed as a separate contract Line Item for each participating Medical Facility and will be the sole responsibility of that participating Medical Facility as well as their designated Contracting Officer Representative (COR). See Attachment F for list of participating sites. The relevant needs for Reference Lab Testing often evolves. The contractor shall provide, if needed, a bi-annual review to assess all elements of the Price/Schedule and the Reference Lab Test List. Upon the bi-annual review, a bi-lateral modification may be negotiated to address usage, newly developed tests, and the number of tests needed to reflect the current state of VISN 8 s reference lab testing needs. The contractor shall use Attachment D and Attachment J to determine prudent prices and/or volume for fixed prices to satisfy this requirement. Change paragraph 4.1.5 to read: Any new test(s) required by the Government not listed in Attachment D, (Reference Lab Test List Revised 9/16/2021), shall be added via contract modification. Contractor will not be reimbursed under the terms of this contract for tests not listed in Attachment D, (Reference Lab Test List Revised 9/16/2021). The paragraph 4.1.5 within the PWS was initially posted as: 4.1.5 The contractor shall provide an actual test volume on the lab testing requirements for each VISN 8 facility on a quarterly basis. A continuous review on testing will be established to obtain test volume requirements including those tests necessary for patients, repeats, controls and others under routine operating conditions. Tests that are not listed on Attachment D (Reference Lab Test List) but may be offered by the contractor shall be available to the Government. Any tests required by the Government not listed in Attachment D, but available through the Contractor, shall immediately be orderable as needed and at the required request from each participating Medical Facility. The semi-annual contract administration review will be conducted to confirm/adjust all elements of the Price/Schedule, contract vs actual volumes and utilization efficiencies. Change VOLUME V Factor 4. Price to read: 1. Volume V should be clearly marked Volume V. Factor 4. Price (36C24821R0112) All price information shall be limited to Volume V and the Price Schedule from Amendment 0004 of the solicitation document only; price information contained elsewhere in the proposal shall be disregarded. All tests listed in Attachment D (Reference Lab Test List Revised 9/16/2021) will be a firm-fixed price for contractor s performance. Attachment D (Reference Lab Test List Revised 9/16/2021) is a reference for Performance Requirements, not pricing. Prices provided in the Price Schedule via Amendment 0004 shall be firm-fixed prices and is the contractor s affirmation that all test can be performed in accordance with the PWS. 2. All inclusive prices. At a minimum, proposed prices shall include the below: Cost of shipping/pickup (transportation) of samples to be tested. Cost of all supplies necessary for collecting, preserving, packaging specimens; not limited to the following: Forms Specimen containers Special media or culture tubes for samples Specimen preservatives Dry ice and appropriate container Shipping and packaging containers Specimen carriers Labels as required by transportation guidelines All other supplies for special tests Cost of analysis and consultations. Cost of results delivery. Computer hardware/software necessary for dedicated access to contractor s computer system or for direct interface between contractor and Government host system (including any associated annual licensing agreements required for this interface), if one of these methods is chosen for results delivery. VOLUME V Factor 4. Price was initially posted as: 1. Volume V should be clearly marked Volume V. Factor 4. Price (36C24821R0112) All price information shall be limited to Volume VI and the Price Schedule (B.2) section of the solicitation document only; price information contained elsewhere in the proposal shall be disregarded. All tests listed in Attachment D will be performed by the contractor. Attachment D is a reference for Performance Requirements, not pricing. Prices provided in the Price Schedule (B.2) shall be firm-fixed prices and is the contractor s affirmation that all test will be performed in accordance with the PWS. Attachment D and Attachment J are to be used to determine prudent prices and/or volume for firm-fixed prices. 2. All inclusive prices. At a minimum, proposed prices shall include the below: Cost of shipping/pickup (transportation) of samples to be tested. Cost of all supplies necessary for collecting, preserving, packaging specimens; not limited to the following: Forms Specimen containers Special media or culture tubes for samples Specimen preservatives Dry ice and appropriate container Shipping and packaging containers Specimen carriers Labels as required by transportation guidelines All other supplies for special tests Cost of analysis and consultations. Cost of results delivery. Computer hardware/software necessary for dedicated access to contractor s computer system or for direct interface between contractor and Government host system (including any associated annual licensing agreements required for this interface), if one of these methods is chosen for results delivery. A bi-annual review may be conducted to assess all elements of the Price/Schedule and the Reference Lab Test List. Upon the bi-annual review, a bi-lateral modification may be negotiated to address usage, newly developed tests, and the number of tests needed to reflect the current state of VISN 8 s reference lab testing needs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82dc3e7c69e74d5bb0ec22c561eca8b9/view)
- Record
- SN06208721-F 20220106/220104230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |