Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

Q -- Specialized Laboratory Testing Services

Notice Date
6/27/2023 3:32:50 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0765
 
Response Due
7/10/2023 11:00:00 AM
 
Archive Date
09/08/2023
 
Point of Contact
Tyrone Whalen, Contract Specialist, Phone: 360-553-7671, Fax: N/A
 
E-Mail Address
Tyrone.Whalen@va.gov
(Tyrone.Whalen@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought Notice (SSN) ONLY. The U.S. Government is conducting market research only to determine the availability of qualified sources capable of Specialized Laboratories Testing Services. Potential Contractors are invited to provide a response via e-mail to Contract Specialist at Tyrone.Whalen@va.gov by July 10, 2023 11:00 am (PT). Responses will be used to determine the appropriate strategy for a potential acquisition. Please clearly identify any information your company considers sensitive or proprietary. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quotation (RFQ), or a promise to issue an RFQ in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, or proposals at this time and will not accept unsolicited quotes in response to this sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, if any is issued. BACKGROUND: The Puget Sound Health Care System, has a requirement for a Contractor to provide Specialized Laboratories Testing Services. Please draft Statement of Work below for requirements. NAICS: 541380 Testing Laboratories and Services Interested potential Contractors please provide the following. 1) Company Name, address, point of contact, phone number, email address, and SAM UIE# Please indicate business size: Small Disadvantage Business (SDB)____ 8(a)____ Historically Underutilized Business Zone (HUBZone)____ Service-Disabled Veteran-Owned Small Business (SDVOSB)____ Veteran-Owned Small Business (VOSB)_____ Economically Disadvantaged Women-Owned Small Business (EDWOSB)_____ Women-Owned Small Business concerns (WOSB)_____ Small Business_____ Large Business_____ Please state if you possess a Federal Supply Schedule (FSS)______. Please state if your FSS Schedule is under Group 66 III Cat 605-2A________ 2) Please submit a brief capability statement (maximum two pages) with enough information to demonstrate to the Veterans Affairs that you have the Specialized Laboratory Testing Services as required in the Draft Statement of Work below. **Draft Statement of Work SPECIALIZED LABORATORY TESTING SERVICES FOR THE VETERANS ADMINISTRATION PUGET SOUND HEALTHCARE SYSTEM, (VAPSHCS) SEATTLE, WASHINGTON. 1.0. GENERAL REQUIREMENT: Establish new Base Plus Four Option Year Contract with Contractor. 2.0. BACKGROUND: Laboratory tests sent to the Contractor are for clinical purposes to determine illness or disease in Veteran patients. Tests are sent because of a need for a rapid response and also for quality and continuity of care. Sample sent will be itemized electronically in the VA LIS prior to shipment. Each specimen will be accompanied by an order for testing. The Contractor shall have a dedicated courier who picks up specimens daily. 3.0. SCOPE OF WORK: 3.1. The Contractor has agreed to provide pricing for tests from the VA Puget Sound Health Care System. The Contractor provides rapid turn-around time, research testing and time sensitive testing. 3.2. Laboratory test and Autopsy service requirements are as follows: Contractor shall perform testing available at their site as requested by VAPSHCS. Upon arrival the specimens are delivered to the appropriate processing station based on storage temperature appropriate to each specimen. Each specimen is compared to the accompanied order for testing to verify all specimens are accounted for. The specimen shall be logged into the system within 24 hours of receipt. A final report shall be issued on the same day the test is completed. Turn-around time shall not exceed Contractor stated turn-around time. Most testing shall be completed within 72 hours or 3 working days. Sexually Transmitted Disease testing shall be completed within 72 hours. VAPSHCS shall be notified if specimens are sub-optimal for testing within 12 hours of receipt at their facility. Reports on test results shall be issued no later than 24 hours after testing is completed. Contractor shall notify VAPSHCS of any critical values within one hour. This is to include autopsy services and/or procedures as needed by Contractor that is requested by VAPSHCS. Autopsy shall be completed within 48 hours. Reports on autopsy to be completed within 72 hours. Once the final report has been sent all specimens will be discarded per Contractor guidelines. 3.3. Specific Tasks: See Appendix A to this Statement of Work (SOW) for specific tests. 4.0. ENTERPRISE MANAGEMENT CONTROLS: This contract provides for clinical services that are contingent upon the discretion of VAPSHCS clinical providers. Data produced by this contract will be managed by the VAPSHCS Department of Pathology and Laboratory Medicine Service. Utilization of the service is extra-departmental in nature and therefore cannot be predicted. This is a service to medical care providers in VAPSHC to provide diagnosis and treatment of veteran patients. 5.0. PERFORMANCE MONITORING: The Pathology and Laboratory Medicine Service and their residents in the department will utilize the Quality Assurance Surveillance plan. Results will be reported in the monthly quality assurance minutes. 6.0. SECURITY REQUIREMENTS: The C&A requirements do not apply, and that a Security Accreditation Package is not required 7.0. GOVERNMENT FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI): None. 8.0. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS: 8.1. Identification of Possible Follow-on Work: None 8.2. Identification of Potential Conflicts of Interest (COI): None 8.3. Identification of Non-Disclosure Requirements: This medical center provides specific privacy to patients as part of its normal protocols. 8.4. Packaging, Packing and Shipping Instructions: Specimens shall be packaged and shipped in accordance with Department of Transportation regulations for the shipment of biologic substances. 8.5. Inspection and Acceptance Criteria: The Contractor shall notify the VAPSHCS Department of Pathology and Laboratory Medicine of any specimens that do not meet the requirements for acceptance. 9.0. RISK CONTROL: None. 10.0. PLACE OF PERFORMANCE: Contractors Facility 11.0. PERIOD OF PERFORMANCE: Contract Period of Performance is to be November 01, 2023 October 31, 2024, plus four one-year option years. APPENDIX A ITEMIZED TESTS AND PRICING DESCRIPTION CODE CPT CODE(S) HEMOGLOBIN A1C, HPLC A1C 83036 HEMOGLOBIN A1C, RAPID A1CRPD 83036 TB COMPLEX PROBE ADDTB 87556 ADP AGGREGATION ADP1 85576 ADENOVIRUS SHELL VIAL ADSV 87254 ADENOVIRUS, QUAL.PCR ADVQLT 83907/87798x2 ADENOVIRUS BY PCR, QUANT. ADVQN 87798x2 ASPERGILLUS SEROLOGY,SRM ASPFS 86606 ASPERGILLUS GALACTOMANNAN ASPGMS 87305 ASPERGILLUS PCR ASPPCR 87798 ASPERGILLUS PCR, TISSUE ASPTIS 87798 ANTI THROMBIN III AT3 85300 HSV ANTIVIRAL SENSITIVITY AVSHS 87252/87528x6 PARVOVIRUS B19, PCR, QNT. B19PCQ 87799 PARVOVIRUS B19, QUAL. PCR B19QLT 83907/87798 ASPERGILLUS GM EIA, BAL BALASP 87305 HCG, BETA BHCG 84702 HCG, BETA, CSF CBHCG 84702 CHLAMYDIA AMP NUCL ACID CHLAD 87491 CHLAMYDIA SERO. IFA BAT. CHLSB 86631x2/86632x2 IMMUNOFIXATION,CSF CIFIX 86335 CMV QUANT BY PCR CMVQN 87497 CYCLOSPORINE A CSA 80158 DNA PREPARATION DNAPRP 83891 DIRECT THROMBIN INHIBTR DTI 85670 EBV SEROLOGY BY EIA EBVEIA 86664/86665x2 EBV, QUANT. PCR EBVLTC 87799 EBV QUANT. BY PCR EBVQ 87799 EBV QUANT. PCR EBVQB 87799 EBV QUAL. PCR, TISS/CELL EBVQLT 83907/87798 EARLY CHEST PAIN PANEL EPAIN 82553/83874 EPINEPHRINE AGGREGATION EPING 85576 FACTOR X ACTIVITY F10 85260 FACTOR XI ACTIVITY F11 85270 FACTOR XII ACTIVITY F12 85280 FACTOR II ACTIVITY F2 85210 FACTOR V ACTIVITY F5 85220 FACTOR V DNA SCREEN F5DNA 83891/83896x2/83898/83903/83912 FACTOR VII ACTIVITY F7 85230 FACTOR VIII ACTIVITY F8 85240 FACTOR VIII INHIB. SCRN F8INSC 85335 FACTOR IX ACTIVITY F9 85250 HSV, VARICELLA ZOSTER FA FAHS 87290/87300 RESP. VIRUS BY FA FARV 87260/87275/87276/87279/87280/87299 RESP. VIRUS BY FA, CONF. FARVNO 87260/87279/87280/87299 FK 506 FK506 80197 FLT3 INSERT MUT DNA SCRN FLT3 83891/84311 INFLUENZA A PCR FLUPCR 87801 INFLUENZA A/B ASSAY,RAPID FLURT 87804 HEMOGLOBIN F, HPLC QUANT. HBF 83021 HEMOCHROMATOSIS DNA SCREN HEMDNA 83891/83896x4/83898x2/83903x2/83912 HH6V QUAL PCR, TISS/CELLS HH6QLT 87532 HH6V QUANT BY PCR HH6QN 87533 HHV8 BY PCR HH8QN 87799 HEREDITARY HEARING LOSS HHL 83891/83894/83898/83904x4/83909 x4/83912 HHV8 ABS HHV8 86790x2 HEPARIN INDUCED PLT AB HIPA 86022 HISTOPLASMA ANTIBODY HISFS 86698 HIV GENOTYPIC RESISTANCE HIVGRA 87901 HIV GENOTYPIC RESISTANCE HIVGRR 87901 HIV1 PROVIRAL DNA PCR HIVPCR 86816/87535 DNA PREPARATION HPDNAP 83891 DNA QUANTITATION HPDNAQ 84311 HSV REFLEXIVE PANEL HSQRFX 83907/87529 HSV SUBTYPING ONLY HSST 87140x2 HSV QUAL PCR, TISS/CELLS HSVQLT 83907/87529 HSV QUANT BY PCR HSVQN 87530 HSV QUANT. REFLEXIVE TEST HSVRFX 87530 HSV 1 AMPL. PROBE HSVTYP 83900/87529 HSV WESTERN BLOT HSWB 84181 HSV SEROCONVRSN-WB(PAIR) HSWBP 84181x2 HIV INTEGRASE RESISTANCE HVINTA 87906 IMMUNOFIXATION IFIX 86334 JAK2 V617F DNA SCREEN JAK2 83891/83900/83909/83912 JC VIRUS BY PCR, QUANT. JCVQN 87799 LUPUS INHIBITOR ASSAY LUPINH 85730/85598 ASPERGILLUS GM EIA, MISC MASPGM 87305 SEMEN ANALYSIS-NO SPERM MFAZOO 89321 SEMEN ANALYSIS, COMPUTER MFCASA 89322 SEMEN CK-COUNT & MOTILITY MFCNT 89310 SEMEN ANAL. NO MORPH MFSANM 89320 SEMEN ENHANCED MOTILITY MFSWIM 89320 NPM1 INSERT MUT. DNA SCRN NPM1 83891/84311 PROTEIN C AG PCAG 85302 PROTEIN C ACTIVITY PCCLOT 85303 PLATELET AGGREGATION STDY PLTAG 85576x4 PROTEIN S ANTIGEN, FREE PSAGF 85306 RABIES ANTIBODY SCREEN RABAB 86382 DNA BANKING RDNABK 83891/83912 RESP. VIRUS, PCR, QUAL. REVQLT 87798x6/87801/87502 TULAREMIA AB RFEBF 86000 MYCOPLASMA PNEUM. IGG&IGM RMYCGM 86738x2 PARVOVIRUS B19 AB RPVB19 86747x2 RSV RAPID, QUAL. RSVRT 87807 WEST NILE VIRUS IGM, SERO RVSWNV 86788 SEMEN ANALYSIS SEMFA 89322 SEMEN ANAL. NO SPERM PR SEMFNO 89321 SEMEN ANAL, FRUCT,NO SPRM SEMFRN 82757/89321 SEMEN ANAL. NO MORPH SEMNM 89320 SEMEN CHECK, CNT & MOTIL SEMSC 89310 SIROLIMUS SIROL 80195 SURFACE MARKER (10AB) SMP10B 88184/88185x9/88188 SURFACE MARKER (11AB) SMP11B 88184/88185x10/88188 SURFACE MARKER (12AB) SMP12B 88184/88185x11/88188 SURFACE MARKER (13AB) SMP13B 88184/88185x12/88188 SURFACE MARKER (14AB) SMP14B 88184/88185x13/88188 SURFACE MARKER (15AB) SMP15B 88184/88185x14/88188 SURFACE MARKER (16AB) SMP16B 88184/88185x15/88189 SURFACE MARKER (17 AB) SMP17B 88184/88185x16/88189 SURFACE MARKER (18AB) SMP18B 88184/88185x17/88189 SURFACE MARKER (19AB) SMP19B 88184/88185x18/88189 SURFACE MARKER (1AB) SMP1B 88184 SURFACE MARKER (20AB) SMP20B 88184/88185x19/88189 SURFACE MARKER (21AB) SMP21B 88184/88185x20/88189 SURFACE MARKER (22AB) SMP22B 88184/88185x21/88189 SURFACE MARKER (23AB) SMP23B 88184/88185x22/88189 SURFACE MARKER (24AB) SMP24B 88184/88185x23/88189 SURFACE MARKER (25AB) SMP25B 88184/88185x24/88189 SURFACE MARKER (26AB) SMP26B 88184/88185x25/88189 SURFACE MARKER (27AB) SMP27B 88184/88185x26/88189 SURFACE MARKER (28AB) SMP28B 88184/88185x27/88189 SURFACE MARKER (29AB) SMP29B 88184/88185x28/88189 SURFACE MARKER (2AB) SMP2B 88184/88185/88187 SURFACE MARKER (30AB) SMP30B 88184/88185x29/88189 SURFACE MARKER (3AB) SMP3B 88184/88185x2/88187 SURFACE MARKER (4AB) SMP4B 88184/88185x3/88187 SURFACE MARKER (5AB) SMP5B 88184/88185x4/88187 SURFACE MARKER (6AB) SMP6B 88184/88185x5/88187 SURFACE MARKER (7AB) SMP7B 88184/88185x6/88187 SURFACE MARKER (8AB) SMP8B 88184/88185x7/88187 SURFACE MARKER (9AB) SMP9B 88184/88185x8/88188 ROTAVIRUS ANTIGEN-EIA,STL SORTA 87425 WEST NILE VIRUS NAT SRDWNN 87797 T CELL CLONALITY, PCR ADD TCPCA 83900/83901x2/83909 T CELL CLONALITY, REPORT TCPCI 83912 T CELL CLONALITY BY PCR TCPCRG 83891/84311 TREPONEMAL AB TPPA 86780 IMMUNOFIXATION, URN UIF24 86335 IMMUNOFIXATION, URN UIFIX 86335 IMMUNOFIXATION, URN UIFIXG 86335 HERPES GP CULTURE VCHG 87252 HERPES GP CULTURE&DFA VCIH 87252/87290/87300 HERPES GP CULT.&FA,TIS VCITHG 87176/87252/87290/87300 HERPES SCREEN&GROUP FA VCSIHS 87252x2/87290/87300 HERPES GP CULTURE,TIS VCTHG 87176/87252 RESP. SYNCYTIAL VIRUS VSRSV 86756x2 VWF ACTIVITY VWFACT 85245 VWF ANTIGEN VWFAG 85246 VZV IMMUNE STATUS VZIS 86787 VZV AB TITER, PAIR VZTP 86787x2 VZV QUAL PCR, TISS/CELLS VZVQLT 83907/87798 VZV, QUANT. BY PCR VZVQN 87799 VZV SHELL VIAL ASSAY VZVSV 87254 WEST NILE VIRUS, PCR QNT. WNVQN 87799 ZINC PROTO/HEME RATIO ZPPH 84202 Privacy Officer Language for Statement of Work (SOW) Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data- General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb3ddd313dd9493a89d43c7900eb9991/view)
 
Place of Performance
Address: Department of Veteran Affairs VA Puget Sound Health Care System Laboratory 1660 South Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06730119-F 20230629/230627230049 (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 |
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.