SOURCES SOUGHT
R -- Clinical Microbiologist
- Notice Date
- 4/6/2022 8:34:20 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0493
- Response Due
- 4/11/2022 2:00:00 PM
- Archive Date
- 05/11/2022
- Point of Contact
- Michele A Pastorek, Contract Specialist, Phone: 414-844-4800
- E-Mail Address
-
Michele.Pastorek@va.gov
(Michele.Pastorek@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT CLINICAL MICROBIOLOGIST The Department of Veterans Affairs (VA) Great Lakes Acquisition Center is issuing this Sources Sought Notice as a means of conducting market research to identify firms having the capability and interest in providing part-time 0.5 FTEE Clinical Microbiologist Services, at either the Clement J. Zablocki Veterans Affairs Medical Center located in Milwaukee, Wisconsin or the Edward Hines, Jr., Veterans Affairs Hospital located in Hines, Illinois, to support VA Veterans Integrated Service Network (VISN) 12 Microbiology and Molecular Pathology programs. Travel may be required, but not to exceed one day per month, to either Hines VAH or Milwaukee VAMC. The anticipated period of performance is July 1, 2022, through June 30, 2023, with four one-year option periods. The Clinical Microbiologist is expected to provide high level technical expertise and consultation in Clinical Microbiology and Molecular Pathology including identification of unusual organisms, complicated clinical cases, development and implementation of new or modified diagnostic procedures or techniques, quality control methodologies, and troubleshooting. The Clinical Microbiologist will also work collaboratively with the Pathology and Laboratory Medicine Service (P&LMS) to assist and lead development of new assays, including Laboratory Developed Tests (LDT), bringing the assays through clinical validation, and operational implementation. These assays include, but are not limited to, expansion of the MALDI-TOF, and expansion of antimicrobial testing and rapid susceptibility testing. In addition, the Clinical Microbiologist will assist with the provision of monthly education to P&LMS staff such as case studies, complicated clinical cases, and best practices related to collection. The Clinical Microbiologist shall keep current on available testing options and possess knowledge in the identification and quantification of HPV, HIV, and HCV. The Clinical Microbiologist shall coordinate and oversee a full range of diagnostic services in the fields of bacteriology, mycobacteriology, mycology, virology, and parasitology. Additionally, the Clinical Microbiologist shall work to keep VISN 12 P&LMS in the forefront of the Microbiology and Molecular Pathology discipline, as well as support the VISN 12 P&LMS Chief in the technical oversight and planning of the programs. The Clinical Microbiologist must be a Doctorate-level (PhD) Clinical Microbiologist who is either Board Certified/Board Eligible by the American Board of Medical Microbiology (ABMM) and have at one years experience, within the past five years, working in a laboratory setting. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541690 Other Scientific Technical Consulting Services. The small business size standard for this NAICS is $16.5 million. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals/quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The result of this Sources Sought Notice may contribute to determining the method and/or set-aside of the procurement. These determinations are solely within the discretion of the Contracting Officer. Interested firms shall provide a response to this notice that includes the information listed below. (1) Identification (including name, address, phone number and DUNS/UEI number) and applicable small business socio-economic status (e.g., Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Small Business, HUBZone, 8(a), or Women-Owned Small Business (WOSB)). (2) A narrative of firm s experience and capabilities providing these services, and how services will be performed. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements, along with roles and responsibilities of each organization. (3) Include resumes, licenses, and certifications of qualified staff who are available and interested in performing these services. (4) Proof of Professional Liability Insurance at least $1,000,000.00 per occurrence. The Limitations on Subcontracting at 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Submission Instructions: Interested parties that consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 p.m. local time on April 11, 2022. All responses under this Sources Sought Notice must be emailed to michele.pastorek@va.gov and becky.cincotta@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9afbb94ca9a4cfbbadc41b541e84a51/view)
- Place of Performance
- Address: See Below
- Record
- SN06291474-F 20220408/220406230108 (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 |