Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2024 SAM #8124
SOURCES SOUGHT

Q -- Microbiology Testing and Reporting Philadelphia VAMC

Notice Date
2/22/2024 6:51:46 AM
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0423
 
Response Due
2/26/2024 1:00:00 PM
 
Archive Date
03/12/2024
 
Point of Contact
Christa Stine, Contracting Specialist, Phone: 570-479-0225
 
E-Mail Address
christa.stine@va.gov
(christa.stine@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE: The Department of Veterans Affairs, Network Contracting Office 4 (NCO 04), is conducting a market survey to identify potential sources to provide an Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a commercial laboratory for USP 797 mandated Gloved fingertip test (GFT) and Media fill test (FMFT), Surface testing of Direct compounding Area (DCA) of pharmacy compounding personnel and monthly microbiology testing of surface and air samples of compounding cleanroom/buffer room, anteroom and equipment for the Corporal Michael J. Crescenz VA Medical Center (CMCVAMC)-3900 Woodland Avenue, Philadelphia, PA, 19104. This notice is issued for informational planning purposes only and is not a request for quote or announcement of a solicitation. Submitting information for this notice is voluntary and VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. No solicitation is available at this time. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The purpose of this market research is to identify capable sources that are both experienced and qualified to provide radiopharmaceuticals in accordance with statement of work. The North American Industry Classification System Code (NAICS) is 621511 Medical Laboratories, and the small business size standard is $41.5 Employees for this type of effort. Vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov and shall complete electronic annual representations and certifications in SAM prior to award of contract. If you are responding as a Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses (SDVOSB s and VOSB s), your company must be registered in VETBIZ and maintain a current certification (https://www.vetbiz.va.gov). CAPABILITY STATEMENT AND DOCUMENTATION: Companies are to provide a summary of your firm s capabilities, experience, and knowledge in providing these services. Sources are asked to provide the following information: 1. Company information: Company Name Company Address Company uei SAM Company NAICS Code(s) Point of Contact Name Point of Contact Phone Number Point of Contact Email Address Company Website (if available) 2. The North American Industry Classification System Code (NAICS) is 621511 Medical Laboratories, and the small business size standard is $41.5 million. Based on this information, please indicate whether your company is a: Service-Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB) 8(a) HUB Zone Small Business Women Owned Small Business Small Disadvantaged Business (SDB) Small Business Concern Large Business 3. Provide a summary of your firm s Ability/ Capability to meet the services described in this notice (see attached SOW). 4. Government contracts for these services in the last 3 years. Include: Government Agency Contract Number Dollar Value Period of Performance Government Point of Contact Information (name, email, phone number) Information regarding your company s capacity and capability to provide such services are to be submitted electronically on or before 4:00 PM, Monday, 02/26/2024 addressed to Christa Stine, Contract Specialist christa.stine@va.gov. Corporal Michael Crescenz VA Medical Center Performance Work Statement SCOPE OF WORK The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) Pharmacy Department is Seeking an Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a commercial laboratory for USP 797 mandated Gloved fingertip test (GFT) and Media fill test (MFT), Surface testing of Direct Compounding Area (DCA) of pharmacy compounding personnel and monthly microbiology testing of Surface and Air samples of Compounding Cleanroom/Buffer room, Anteroom and Equipment. BACKGROUND The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) Pharmacy Department has a need for a commercial laboratory testing of employees, compounding rooms and equipment samples due to a recent notification from the Laboratory and Pathology office that determined that VA facility laboratories lack the necessary certification and therefore do not meet specific requirements to perform the microbiology testing and sample analysis. PERIOD OF PERFORMANCE To be determined. CONTRACT TYPE Base plus four (4) Option Years CONTRACT DEFINITION 5.1 Employee - Authorized Government personnel (Federal employees and PIV badge-holding contractors) and their accompanied guests. 5.2 Contract Contract awarded as a result of this solicitation. 5.3 Financial Services Center VA (FSC) Payment is made through electronic funds transfer - Department of Veterans Affairs, Financial Services Center, PO Box #149971, Austin, TX 78714-9971; FAX: 512-460-5540 (services). 5.4 Program Point of Contact (POC) Corporal Michael Crescenz VAMC (CMC VAMC) official responsible for providing Contract oversight and technical guidance to the CO. Responsibilities include certifying invoices, placing orders for service, providing technical guidance, and overseeing technical aspects of the Contract. Also acts as member of the CSP inspection team. All contacting authority remains with the CO. Program POC information shall be provided at time of award. 5.5 Quality Assurance Those actions taken by the Government to assure services meet the requirements of this Contract. 5.6 Quality Assurance Surveillance Plan An organized written document used for quality assurance surveillance. The document contains specific methods for performing surveillance of the Contractor s continuous performance. 5.7 Quality Control Those actions taken by the Contractor to control the production of goods or services, so they will meet the requirements of a contract. 5.8 Business Hours/Days - Business hours/days are defined as the time of 7:00am and 7:00pm. Monday through Friday, except Federal holidays. 5.9 CSP(s) compounded Sterile Preparation(s) 5.10 GFT Gloved fingertip test 5.11 MFT Media Fill Test is a simulation used to qualify processes and employees engaged in sterile compounding to ensure that the processes and employees are able to prepare CSPs without contamination. 5.12 Direct Compounding Area (DCA) - critical area within the ISO Class 5 PEC where critical sites are exposed to unidirectional HEPA-filtered air, also known as first air. 5.13 Primary engineering control (PEC) - A device or zone that provides an ISO Class 5 air quality environment for sterile compounding. 5.14 ISO class - An air-quality classification from the International Organization for Standardization. PLACE OF PERFORMANCE Laboratory testing services shall be provided Monday through Friday between the hours of 7:00am to 7:00pm, for the term of this contract. Service shall include sample receiving, analyzing, incubating, disposal and manual or electronic reporting of results. Samples shall be mailed via UPS to the Contractor s testing facility from CMC VAMC. MINIMUM REQUIREMENT FOR SERVICE 7.1 Contractor must have an International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 17025 certification to perform this testing. 7.2 Contractor must be compliant with all applicable federal and local licensing boards. 7.3 Samples will be stored, incubated, and analyzed according to USP Chapter 797 guidelines for the specific samples. 7.4 Sample results will be reported with applicable identifier markers and information (such as employee identifier initials,, sample location, cfu, name of species of microorganism, temperature and duration of incubation etc.. ) and mailed or electronically shared with CMC VAMC Pharmacy Service. 7.5 CMCVAMC will be notified via email within 24 hours of growth exceeding allowable cfu/ml Salient Characteristics 8.1 For Gloved Fingertip and Thumb Testing (GFT) Incubate the media device at 30° 35° for no less than 48 h and then at 20° 25° for no less than 5 additional days. Samples must be incubated in an incubator. Handle and store media devices to avoid contamination and prevent condensate from dropping onto the agar during incubation and affecting the accuracy of the cfu reading (e.g., invert plates). Record the number of cfu per hand (left hand, right hand). Sample report must contain employees name and clearly identify type of test. (e.g., garbing GFT and post media fill GFT) 8.2 For Media Fill Testing - (MFT) The Contractor must handle and store samples to avoid contamination and prevent condensate from dropping onto the agar during incubation and affecting the accuracy of the cfu reading (e.g., invert containers). Incubate the final containers at 20° 25° and 30° 35° for a minimum of 7 days at each temperature band to detect a broad spectrum of microorganisms. The order of the incubation temperatures must be described in the facility s SOPs. Final containers must be incubated in an incubator. Failure is indicated by visible turbidity or other visual manifestations of growth in the media in one or more container closure unit(s) on or before 14 days. 8.3 Air Sampling for Viable Particles The Contractor must handle and store media devices to avoid contamination and prevent condensate from dropping onto the agar during incubation and affecting the accuracy of the cfu reading (e.g., invert plates). Incubate the media device at 30° 35° for no less than 48 h. Examine for growth. Record the total number of discrete colonies of microorganisms on each media device as cfu per cubic meter of air on an environmental sampling form based on sample type (i.e., viable air), sample location, and sample date. Then incubate the media device at 20° 25° for no less than 5 additional days. Examine for growth. Record the total number of discrete colonies of microorganisms on each media device as cfu per cubic meter of air on an environmental sampling form based on sample type (i.e., viable air), sample location, and sample date. 8.4 Surface Sampling for Viable Particles The Contractor must handle and store media devices to avoid contamination and prevent condensate from dropping onto the agar during incubation and affecting the accuracy of the cfu reading (e.g., invert plates). Incubate media device(s) at 30° 35° for no less than 48 h. Examine for growth. Record the total number of discrete colonies of microorganisms on each media device as cfu per media device on an environmental sampling form based on sample type (i.e., surface), sample location, and sample date. Incubate the media device at 20° 25° for no less than 5 additional days. Examine for growth. Record the total number of discrete colonies of microorganisms on each media device (cfu per sample) on the environmental sampling record based on sample type (i.e., surface), sample location, and sample date. PRODUCT DESCRIPTION Pharmacy Personnel Item Descriptions Quantity Per Employee Post-Hygiene and garbing GFT Demonstrating Competency in Garbing and Hand Hygiene (Sample collection from left and right fingers) 2 Post media fill GFT Assesses aseptic technique and related practices. (Sample collection from left and right fingers) 2 Media Fill Demonstrating Competency in Aseptic Manipulation 1 Surface sample of DCA Assess aseptic technique and related practices. (Sample collection from surface of direct compounding area) 1 Compounding Equipment, Cleanroom/Buffer room and Anteroom Item Descriptions Quantity Viable Air Sampling Monitors air quality in the compounding cleanroom, buffer room and or equipment for viable air particles NA Surface Sampling Monitors surfaces in the compounding cleanroom, buffer room and or equipment for viable particles NA Control Sample Unopened paddles or plates inserted into the testing process and treated as if they were samples by being exposed to the same operating conditions. NA RESULT REPORTING 10.1 Signed/Endorsed reports will be delivered to the CMCVAMC by US Postal Service or electronically to the address below. Order Delivery Address CMCVAMC Inpatient Pharmacy 2nd Floor Room A236 Building 1 3900 Woodland Avenue Philadelphia PA, 19104 Phone: 215-823-5800 Ext. 206593 Email: VHAPHIPHARMACYLABREPORTS@va.gov 10.2 Report will have the following information Sample identifier markers - Employee initials, sample location, equipment number etc. Incubation temperature and duration CFU/ml count for individual samples Name of the person analyzing the samples at each temperature Date and signature of approving official COMPLIANCE, PERMITS, CERTIFICATIONS, & INSURANCE Throughout the duration of this service, the contractor shall follow the Performance Work Statement and all applicable federal, state, and local laws. The contractor shall be responsible for determining the latest applicable editions of all relevant federal, state, and local regulations. The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses, permits, and insurance to comply with any applicable federal and municipal laws, codes, and regulations in connection with the performance of this service. The contractor shall furnish the Contracting Officer (CO) with their Certificate of Insurance, containing an endorsement to the effect that cancellation or any material change in the policies which adversely affect the interest of the Government, shall not be effective unless a thirty (30) day written notice of cancellation or change is furnished to the Point of Contact (POC). The term will endeavor is not acceptable as issued by an insurance carrier. CONTINGENCY SERVICE 12.1 The contractor shall immediately (within 6 hours) notify the POC via a phone call or email to the provided distribution group of any service interruptions that may arise once identification. 12.2 The contractor shall immediately (within 6 hours) notify the POC of breakdowns which may affect service. It is the responsibility of the contractor to provide contingency testing services to minimize any delay or inconveniences. 12.3 The contractor shall immediately (within 24 hours) notify the POC via a phone call or email upon receipt of sample damaged during transit at no additional cost to the CMCVAMC. 12.4 Weather: The contractor shall immediately notify the POC, if conditions exist (i.e. inclement weather) that may render testing sites unsafe to operate. However, this act of notification does not, of itself, provide authorization to discontinue services. The contractor shall receive a response from the POC within one (1) hour of notification as to whether to discontinue service. 12.5 Future Delays: If the contractor foresees, they will not be able to provide service on a given day, they will provide advance (as soon as applicable) written explanation of why and provide it to the POC; this documentation must be signed by the contractor s designated responsible POC. The POC, upon conference with the CO, will determine if service from another source is required. If this occurs, the POC will immediately notify the contractor once a decision is rendered. 12.6 The Government will issue a Bill of Collections for any costs obtained if service is required from another source. Failure to pay as charged, within the timeframe specified in the Bill of Collections, may result in deduction of costs from the next month s invoice. CONTRACTOR COMMUNICATION The contractor shall provide the CMCVAMC Inpatient Pharmacy Service with a reliable mailing address for sample drop off within the designated business hours. The contractor shall maintain two-way communication between the CMCVAMC Inpatient Pharmacy Service and the contractor via phone and email during normal business hours. The contractor shall have access coverage to accept requests during the hours of 9:00am and 5:00pm Monday through Friday excluding Federal holidays. INSPECTION The Government reserves the right to inspect the contractor s facility, Licenses, Certificates and equipment or require documentation of compliance with the PWS s specifications. If conducted, such inspections do not constitute a warranty by the Government that the contractor s facility, licenses, Certificates, and equipment are properly maintained. INVOICING 15.1 Payment to the Contractor shall be made upon receipt of a properly prepared invoice. Payment for services will be at the rates specified in the Price/Cost Schedule. All invoices from the contractor will be electronically submitted through the Tungsten Network within 15 days following the end of the month of services rendered. 15.2 Contractor Electronic Invoice Submission Methods: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below. 15.3 The information page for the Financial Service Center (FSC) of the Department of Veterans Affairs that includes information regarding electronic invoice submission can be referenced at: http://www.fsc.va.gov/einvoice.asp Department of Veterans Affairs Financial Services Center PO Box 149971 Austin TX 78714-8971 Customer Support Help Desk (877-353-9791) 15.4 Invoices must be approved by the Program POC prior to payment release. Invoices without the required information will be rejected. 15.5 If the Program POC refuses an invoice due to incorrect billing, subsequent changes or corrections to the monthly invoice shall be resubmitted by the Contractor with a corrected invoice. In addition to information required for submission of a proper invoice in accordance with FAR 52.212-4 (g), all invoices must include: Name and Address of Contractor Invoice Date and Invoice Number Contract Number and Obligation Number Identifier Information (Employee s name, sample location and/or identifier) Total Price 15.6 Failure to comply with all terms and conditions of this contract shall result in invoices/claims submitted for reimbursement during that period to be considered incomplete. Interest penalties imposed under the Prompt Payment Act shall not apply to incomplete invoices or invoices received after the established invoice due date. 15.7 Contractor Remittance Address: All payments by the Government to the Contractor will be made by Electronic Funds Transfer (EFT). DELIVERY SUMMARY: The Services Delivery Summary (SDS) represents the most important contract objectives that, when met, will likely indicate contract performance is satisfactory. Although not all PWS requirements are listed in the SDS, the contractor is expected to fully comply with all requirements in the PWS. ACCEPTABLE PERFORMANCE LEVEL Requirement Performance Standard Surveillance Method Outcome Sample Incubation, Result reporting and Accuracy a. Samples are stored in a manner that prevents contamination b. GFT - Incubate the media device at 30-35 C for no less than 48 hours and then at 20-25 C for no less than 5 additional days. c. MFT - Incubate the final containers at 20-25 C for 7 days then at 30-35 C for a minimum of 7 days 100% Inspection of deliverables. Report must state Incubation temperature and length of incubation. All required information included 100% of the time. Customer Support a. Courteous and professional interactions to receive and process order as well as in providing order status. Customer (VA) support satisfaction, having no more than 2 incidents of dissatisfaction. Customer Feedback and Complaints based on interactions with the contractor. Customer problems are resolved within the same business day; no more than 2 incidents spent by Government personnel in providing corrective feedback on unacceptable customer service/professionalism. Result reporting and Accuracy a. Contractor shall notify the Program POC, of any unusual events, including but not limited to, temperature excursions and other such incidents that may affect the integrity of samples. b. Contractor shall mail or email report to CMC VAMC address or email distribution group and ensure all identifier markers and pertinent information are included in the report. c. Reports must contain pertinent information such as identifier markers, temperature range and duration of incubation, CFU/ml or growth and name and signatures of analyzer and approving supervisors. 100% Inspection of deliverables. All required information included 100% of the time. Invoicing / Billing a. Standardized Invoices will be submitted with 15 business days, ensuring that correct detail such as obligation number, contract number, description & sample identifier markers breakdown of quantities, prices are detailed. b. Electronic invoicing transmitted to the payment center specified in the contract. c. All supporting documentation, is provided with invoices to substantiate charges. d. Contractor shall notify the Program POC, of any errors, recall and resubmit invoice Customer feedback; 100% Inspection of Invoices. All required information included 100% of the time. Customer problems are resolved within the same business day. DEFECTIVE PRODUCTS The Contractor shall be responsible for notifying Pharmacy Service of defective products/sample damaged during transit or incubation within 24 hours of observation at no additional cost to the Government. DOCUMENTING PERFORMANCE Acceptable Performance The Government shall document acceptable performance in accordance with the chart above. Any report may become a part of the supporting documentation for any contractual action. Unacceptable Performance When unacceptable performance occurs, the Program POC shall inform the CO. This will always be in writing although when circumstances necessitate immediate verbal communication, that communication will be followed in writing. The Program POC shall document the discussion and place it in the Program POC file. When the CO determines formal written communication is required, the Program POC shall prepare a Contract Discrepancy Report (CDR) and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing to the CO. The CDR will state how long after receipt the contractor must take corrective action. The CDR will also specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CO shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. JUST IN TIME DELIVERY Notification is sent to CMCVAMC immediately (within 24 hours) after defective or damaged samples are identified. Notification is sent to CMCVAMC via a phone call or email immediately (within 24 hours) after growth exceeding allowable level is identified. Final Laboratory results and/or reports is emailed or delivered through USPS to CMCVAMC Inpatient Pharmacy no later than 3 business days after samples have been analyzed and signed. Order Delivery Address CMCVAMC Inpatient Pharmacy 2nd Floor Room A236 Building 1 3900 Woodland Avenue Philadelphia PA, 19104 Phone: 215-823-5800 Ext. 206593 Email: VHAPHIPHARMACYLABREPORTS@va.gov DELIVERY TICKETS FOR REPORTS Order deliveries under this agreement must be accompanied by delivery tickets (invoice) that contain the following minimum information: Name of Contractor Contractor s Phone Number, Address, Tax ID Number, Invoice Number, PO Number, Identifier Information (Employee name, cleanroom location, equipment e.t.c.) Quantity, Unit of Measure (cfu), Price, and Nomenclature (description of samples), incubation temperature, length/days of incubation, legends. Name and signature of sample analyzer. PHYSICAL SECURITY: All request will be placed using applicable identifier information such as Employees: Initials of first and last name Equipment: location, EE number and type of PEC (BSC, LAFW, CACI, Pass-through window) Cleanroom/Buffer room and Anteroom Room number, location (Inpatient or Oncology Pharmacy) 22. Handbook 6500.6 Appendix B - VA Acquisition Regulation and Solicitation Provision and Contract Clause (MAR 2010) NOTE: This clause will undergo official rule making by the Office of Acquisitions and Logistics. The below language will be submitted for public review through the Federal Register. The final wording of the clause may be changed from what is outlined below based on public review and comment. Once approved, the final language in the clause can be obtained from the Office of Acquisitions and Logistics Programs and Policy. 1. SUBPART839.2 INFORMATION AND INFORMATION TECHNOLOGYSECURITY REQUIREMENTS 839.201 Contract clause for Information and Information Technology Security: a. Due to the threat of data breach, compromise or loss of information that resides on either VA-owned or contractor-owned systems, and to comply with Federal laws and regulations, VA has developed an Information and Information Technology Security clause to be used when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor, subcontractor or a third party in any format (e.g., paper, microfiche, electronic or magnetic portable media). b. In solicitations and contracts where VA Sensitive Information or Information Technology will be accessed or utilized, the CO shall insert the clause found at 852.273-75, Security Requirements for Unclassified Information Technology Resources. 2. 852.273-75- SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGYRESOURCES (INTERIM- OCTOBER 2008) As prescribed in 839.201, insert the following clause: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Quality Assurance Surveillance Plan Contract Description: Contractor shall perform laboratory testing and analysis of samples collected from personnel {Gloved fingertip test (GFT) and Media fill test (MFT), Surface testing of Direct Compounding Area (DCA)}, compounding room and equipment for VA Medical Center Veterans in accordance with the Performance Work Statement and deliver physical or electronic reports to Inpatient Pharmacy, Room A236 Building 1 located at 3900 Woodland Avenue Philadelphia PA 19104. Services shall be available Monday through Friday between the hours of 9:00am and 5:00pm, excluding Federal Holidays. Contractor s Name: To Be Determined The contractor will be evaluated in accordance with the following: 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored? How monitoring will take place. Who will conduct the monitoring? How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor through contract modification. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance. Assigned Contract Specialist: TBD Affairs, Regional Procurement Office East (RPO-E), Networking Contracting Office 4 (NCO 4) b. Program Point of Contact (POC) The POC is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The POC shall keep a quality assurance file. The POC is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf. Assigned POC: Ezidimma Nnoli Organization or Agency: Corporal Michael Crescenz VA Medical Center Philadelphia PA 3. CONTRACTOR REPRESENTATIVES Primary: Ezidimma Nnoli Alternate: To Be Determined 4. PERFORMANCE STANDARDS The contractor is responsible for performance of ALL terms and conditions of the contract. POCs will provide contract progress reports quarterly to the CO reflecting performance on this plan and all other aspects of the resultant contract. The performance standards outlined in this QASP shall be used to determine the level of contractor performance in the elements defined. Performance standards define desired services. The Government performs surveillance to determine the level of Contractor performance to these standards. The Performance Requirements are listed below in Section 6. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the standard and assign a rating. At the end of the performance period, these ratings will be used, in part, to establish the past performance of the contractor on the contract. 5. INCENTIVES /DEDUCTS The Government shall use past performance as incentives. Incentives shall be based on ratings received on the performance standards. 6. METHODS OF QA SURVEILLANCE a. DIRECT OBSERVATION. This observation will need to be accomplished via the Chief of the Service Line as this requires clinical expertise regarding the patient safety measure. b. RANDOM SAMPLING. For example, ten (10) randomly selected patient files will be reviewed per quarter. All reviews and reports will be conducted in compliance with VA Privacy and Information security standards. PERFORMANCE MEASURES Measures PWS Reference Performance Requirement Standard Acceptable Quality Level Surveillance Method Incentive 1 Sample Incubation, Result reporting and Accuracy 10 a. Completeness and accuracy of incubation within the recommended temperature range and duration. b. Physical or electronic report adheres to established guidelines, containing: 1. Name and signature of sample analyzer 2. Temperature and duration of sample incubation. 3. Personal Identifier markers such as employee initials, equipment number etc. 4. CFU/ml count for each sample c. Notification sent to electronically to CMCVAMC with 6 hours of growth exceeding allowable range. d. Notification sent electronically to CMCVAMC email distribution group within 24 hours of receiving damaged samples. 100% compliance. No more than 2 incidents. 100% Inspection of deliverables. Favorable contractor performance evaluation. 2 Customer Support 13 a. High percentage of system uptime, ensuring the personnel are available to retrieve samples from mail service and process them as per agreed -upon service level agreements. b. Courteous and professional interactions in providing order status report. Customer (VA) support satisfaction, having no more than 2 incidents of dissatisfaction. Customer problems are resolved within the same business day; no more than 2 incidents spent by Government personnel in providing corrective feedback on unacceptable customer service/ professionalism No more than 2 incidents. Customer Feedback and Compl...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4dde70bbc5dd43d2bf16efa572a2214d/view)
 
Place of Performance
Address: CMJC VAMC 3900 Woodland Avenue Dept of Pathology and Laboratory Medicine, Philadelphia 19404, USA
Zip Code: 19404
Country: USA
 
Record
SN06974651-F 20240224/240222230052 (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.