Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
MODIFICATION

Q -- VISN Reference Laboratory Testing (VA-24-00011187)

Notice Date
6/17/2024 5:44:47 AM
 
Notice Type
Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524R0060
 
Response Due
6/10/2024 9:00:00 AM
 
Archive Date
06/20/2024
 
Point of Contact
Alison L Klein, Contracting Officer
 
E-Mail Address
alison.klein@va.gov
(alison.klein@va.gov)
 
Awardee
null
 
Description
Page 1 of Page 1 of This acquisition will utilize Best Value Procedures, with technical proposals for a best value award decision. Technical and past performance will be considered significantly more important than price. This may result in an award to higher rated, higher priced offerors, where the decision is consistent with the evaluation factors. The Government intends to select the best value offers based on a trade-off analysis per FAR 15.101-1. The solicitation may result in awards to technically capable, higher rated, higher priced offers, consistent with the evaluation factors. The Government may reasonably determine that the technical superiority and/or overall business approach and/or superior present and past performance of the higher priced offers outweighs the cost difference. The perceived benefits of the higher priced proposal merit the additional cost, and the rationale for tradeoffs. Source Selection Authority (SSA) reasonably determines the higher rated technical and higher rated past performance or a combination of those non-price factors of a higher priced offeror outweighs the price difference. Contracts shall be awarded to the offerors deemed responsible in accordance with the Federal Acquisition Regulation (FAR) Part 9 and Veteran s Affairs Acquisition Regulation (VAAR) Part 9. While the Government Source Selection Evaluation Board and the Source Selection Authority will strive for maximum objectivity, the source selection process by its nature is subjective and, therefore, professional judgment is implicit throughout the entire process. The Government reserves the right to award without discussions, therefore each initial offer should contain the Offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be needed or required. The Government intends to award a target of 3 contracts for the Network Contracting Office (NCO 5) Multiple Award Task Order Contract (MATOC) as unrestricted but reserves the right to award less or more if determined to be in the best interest of the Government. SOLICITATION NOTICE OF TIERED EVALUATIONS: This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSBs; (2) VOSBs; (3) HUBZone small businesses and 8(a) small businesses; (4) all other small businesses with woman-owned small businesses having priority; and (5) large businesses. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. At no time will the next tier be considered until the higher tier is withdrawn and all prospective offerors have been notified in writing that their offer is no longer being considered for award. ELIGIBILITY SDVOSBs shall include evidence of compliance with VAAR clause 852.219-73 (VA Notice of Total Set Aside for Certified Service-Disabled Veteran-Owned Small Business set-aside), 852.219-74 (VA Notice of Total Set-Aside for Verified Veteran Owned Small Businesses), and 852.219-75 (VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction). For an SDVOSB to be eligible for award, they shall include in their offer evidence of VetCert certification via SBA located at Veteran Small Business Certification (sba.gov). SDVOSB, VOSB, and Small Business eligibility will be determined during evaluation of proposals. WHEN COMBINED ALL NON-PRICE EVALUATION FACTORS ARE SIGNIFICANTLY MORE IMPORTANT THAN PRICE. THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE OFFERORS WITH THE LOWEST OFFER. Proposals will consist of three (3) parts: Volume I Technical, Volume II- Past Performance and Volume III- Price Proposal. Submission of Offers shall consist of three (3) separate Adobe PDF format files i.e., one (1) for each volume and emailed to alison.klein@va.gov. The total size of submission shall not exceed 10MB. Zipped files cannot be accepted due to firewall. Emailed portion of submission receipt shall go off the time stamp sent on the email; it is suggested that proposal be submitted as early as possible. Any missing or incomplete information could result in the offer(s)/proposal(s) to be non-responsive. It is intended that proposals be evaluated, and award made, without discussions with the offerors (other than communications conducted for purpose of minor clarification(s)), unless discussions are determined to be required. Factor 1 Medical Malpractice Insurance (Technical Volume I): Offerors must provide malpractice liability insurance from a commercial insurance company in the business of providing the required insurance coverage of not less than $1,000,000.00 per occurrence. If subcontracting tests, a copy of the subcontractor s malpractice liability insurance must also be submitted and meet the same requirements as above. Factor 2 Draft subcontracting plan (Technical Volume I): Offerors must provide a draft subcontracting plan that shall include the following: (1) Separate percentage goals for using small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns as subcontractors; (2) A statement of the total dollars planned to be subcontracted and a statement of the total dollars planned to be subcontracted to small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns, as a percentage of total subcontract dollars. For individual subcontracting plans only, a contracting officer may require the goals referenced in paragraph (a)(1) of this section to be calculated as a percentage of total contract dollars, in addition to the goals established as a percentage of total subcontract dollars; (3) A description of the principal types of supplies and services to be subcontracted and an identification of types of supplies or services planned for subcontracting to small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns; (4) A description of the method used to develop the subcontracting goals; (5) A description of the method used to identify potential sources for solicitation purposes; (6) A statement as to whether or not the offeror included indirect costs in establishing subcontracting goals (for commercial plans, see paragraph (d) of this section), and a description of the method used to determine the proportionate share of indirect costs to be incurred with small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns; (7) The name of an individual employed by the offeror who will administer the offeror s subcontracting program, and a description of the duties of the individual; (8) A description of the efforts the offeror will make to ensure that small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns have an equitable opportunity to compete for subcontracts; (9) Assurances that the offeror will include the clause at 52.219-8, Utilization of Small Business Concerns (see 19.708(a)), in all subcontracts that offer further subcontracting opportunities, and that the offeror will require all subcontractors (except small business concerns) that receive subcontracts in excess of $750,000 ($1.5 million for construction) to adopt a plan that complies with the requirements of the clause at 52.219-9, Small Business Subcontracting Plan (see 19.708(b)); (10) Assurances that the offeror will- (i) Cooperate in any studies or surveys as may be required; (ii) Submit periodic reports so that the Government can determine the extent of compliance by the offeror with the subcontracting plan; (iii) After November 30, 2017, include subcontracting data for each order when reporting subcontracting achievements for indefinite-delivery, indefinite-quantity contracts with individual subcontracting plans where the contract is intended for use by multiple agencies; (iv) Submit the Individual Subcontract Report (ISR), and the Summary Subcontract Report (SSR) using the Electronic Subcontracting Reporting System (eSRS) ( http://www.esrs.gov), following the instructions in the eSRS. (A) The ISR shall be submitted semi-annually during contract performance for the periods ending March 31 and September 30. A report is also required for each contract within 30 days of contract completion. Reports are due 30 days after the close of each reporting period, unless otherwise directed by the contracting officer. Reports are required when due, regardless of whether there has been any subcontracting activity since the inception of the contract or the previous reporting period. When a contracting officer rejects an ISR, the contractor is required to submit a revised ISR within 30 days of receiving the notice of the ISR rejection. (B) The SSR shall be submitted annually by October 30 for the twelve-month period ending September 30. When an SSR is rejected, the contractor is required to submit a revised SSR within 30 days of receiving the notice of SSR rejection; (v) Ensure that its subcontractors with subcontracting plans agree to submit the ISR and/or the SSR using the eSRS; (vi) Provide its prime contract number, its unique entity identifier, and the e-mail address of the offeror s official responsible for acknowledging receipt of or rejecting the ISRs to all first-tier subcontractors with subcontracting plans so they can enter this information into the eSRS when submitting their ISRs; and (vii) Require that each subcontractor with a subcontracting plan provide the prime contract number, its own unique entity identifier, and the e-mail address of the subcontractor s official responsible for acknowledging receipt of or rejecting the ISRs, to its subcontractors with subcontracting plans; (11) A description of the types of records that will be maintained concerning procedures adopted to comply with the requirements and goals in the plan, including establishing source lists; and a description of the offeror s efforts to locate small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns and to award subcontracts to them; (12) Assurances that the offeror will make a good faith effort to acquire articles, equipment, supplies, services, or materials, or obtain the performance of construction work from the small business concerns that the offeror used in preparing the bid or proposal, in the same or greater scope, amount, and quality used in preparing and submitting the bid or proposal. Responding to a request for a quote does not constitute use in preparing a bid or proposal. An offeror used a small business concern in preparing the bid or proposal if (i) The offeror identifies the small business concern as a subcontractor in the bid or proposal or associated small business subcontracting plan, to furnish certain supplies or perform a portion of the contract; or (ii) The offeror used the small business concern's pricing or cost information or technical expertise in preparing the bid or proposal, where there is written evidence of an intent or understanding that the small business concern will be awarded a subcontract for the related work if the offeror is awarded the contract; (13) Assurances that the contractor will provide the contracting officer with a written explanation if the contractor fails to acquire articles, equipment, supplies, services or materials or obtain the performance of construction work as described in (a)(12) of this section. This written explanation will be submitted to the contracting officer within 30 days of contract completion; (14) Assurances that the contractor will not prohibit a subcontractor from discussing with the contracting officer any material matter pertaining to payment to or utilization of a subcontractor; and (15) Assurances that the offeror will pay its small business subcontractors on time and in accordance with the terms and conditions of the subcontract, and notify the contracting officer if the offeror pays a reduced or an untimely payment to a small business subcontractor (see 52.242-5). (b) Contractors may establish, on a plant or division-wide basis, a master plan (see 19.701) that contains all the elements required by the clause at 52.219-9, Small Business Subcontracting Plan, except goals. Master plans shall be effective for a 3-year period after approval by the contracting officer; however, it is incumbent upon contractors to maintain and update master plans. Changes required to update master plans are not effective until approved by the contracting officer. A master plan, when incorporated in an individual plan, shall apply to that contract throughout the life of the contract. (c) For multiyear contracts or contracts containing options, the cumulative value of the basic contract and all options is considered in determining whether a subcontracting plan is necessary. If a subcontracting plan is necessary and the offeror is submitting an individual subcontracting plan, the individual subcontracting plan shall contain all the elements required by paragraph (a) of this section and shall contain separate statements and goals based on total subcontract dollars for the basic contract and for each option. (d) A commercial plan (as defined in 19.701) is the preferred type of subcontracting plan for contractors furnishing commercial products and commercial services. The subcontracting goals established for a commercial plan shall include all indirect costs with the exception of those such as the following: Employee salaries and benefits; payments for petty cash; depreciation; interest; income taxes; property taxes; lease payments; bank fees; fines, claims, and dues; original equipment manufacturer relationships during warranty periods (negotiated up front with the product); utilities and other services purchased from a municipality or an entity solely authorized by the municipality to provide those services in a particular geographical region; and philanthropic contributions. Once a contractor's commercial plan has been approved, the Government shall not require another subcontracting plan from the same contractor while the plan remains in effect, as long as the product or service being provided by the contractor continues to meet the definition of a commercial product or commercial service. The contractor shall (1) Submit the commercial plan to either the first contracting officer awarding a contract subject to the plan during the contractor s fiscal year, or, if the contractor has ongoing contracts with commercial plans, to the contracting officer responsible for the contract with the latest completion date. The contracting officer shall negotiate the commercial plan for the Government. The approved commercial plan shall remain in effect during the contractor s fiscal year for all Government contracts in effect during that period; (2) Submit a new commercial plan, 30 working days before the end of the Contractor s fiscal year, to the contracting officer responsible for the uncompleted Government contract with the latest completion date. The contractor must provide to each contracting officer responsible for an ongoing contract subject to the plan, the identity of the contracting officer that will be negotiating the new plan; (3) When the new commercial plan is approved, provide a copy of the approved plan to each contracting officer responsible for an ongoing contract that is subject to the plan; and (4) Comply with the reporting requirements stated in paragraph (a)(10) of this section by submitting one SSR that includes all indirect costs, except as described in paragraph (d) of this section, in eSRS, for all contracts covered by its commercial plan. This report will be acknowledged or rejected in eSRS by the contracting officer who approved the plan. The report shall be submitted within 30 days after the end of the Government s fiscal year. Factor 3 Full range of clinical and anatomic pathology testing (Technical Volume I): Offerors shall submit a completed Line-Item template. Any tests that cannot be provided shall be highlighted in red. Any tests subcontracted shall be highlighted yellow. Contractor(s) are required to perform a minimum of 70% of test line items throughout the life of the contract. No more than 30% of the tests can be performed by subcontractors. Factor 4 Onsite specimen processor _ (Technical Volume I): Offerors shall submit resumes for sufficient staff to function as an onsite-processor for the medical center(s). Specific tasks performed by the processors include inputting patient and test data into the laboratory system computer; spinning and packaging specimens for pick-up and delivery for laboratory testing by couriers, labeling specimens as required, and placing all necessary items in the proper shipping envelope and/or container; completing and processing laboratory paperwork, including specimen log books, requisitions, and other routine laboratory paperwork; processing test reports and delivery of results to the referring physician; the maintenance and ordering of all necessary supplies related to the foregoing; and monitor pending reports, address inquiries, and work with customer service as an on-site liaison. Specimen processors do not perform venipuncture or urine collection services. Factor 5 Data Management System (Technical Volume I): Offerors shall submit an outline on interfacing with the Vista system and how the system meets the Health Insurance Portability and Accountability Act (HIPAA) standards and protects patient information. Factor 6 Transportation (Technical Volume I): Offerors shall submit an outline on the offerors plans on meeting the transportation requirements within the Statement of Work. Factor 7 Specimen turn-around time (Technical Volume I): Offerors shall submit an outline on how the offeror intends on meeting specimen turnaround times. Routine 2-3 days. STAT within 4 hours. Factor 8 Test Methods FDA approved & certification (Technical Volume I): Offerors shall submit firm s and subcontractors state license, CLIA certification or clinical pathology certification and a outline that all testing methods are FDA approved. Factor 9 Customer Service (Technical Volume I): Offeror shall outline how the firm provides 24/7 service. Missing, incomplete or ambiguous information. Failure to submit sufficient information, or failure to properly include relevant pricing. Factor 10 Past Performance (Volume (II): Offerors are required to demonstrate recent (within the last year), successful performance under contracts that involve laboratory reference testing (completed or ongoing). Offerors will either submit CPARS for successfully completed or ongoing projects or letters of recommendation. The Contracting Officer shall include it as part of the proposal package. Factor 11 PRICE (Volume III): The Offeror s price proposal will be evaluated for award purposes, based upon test prices, priced out all five years to include 52.217-8. Note: Pricing must be provided on the attachment labeled Attachment Reference Lab tests column O . It will not be accepted in any other form and saved as a .xls format. Analysis of price proposals will be performed using one or more of the techniques defined in FAR 15.404-1. Price analysis will be performed to ensure that the final agreed-to price is fair and reasonable. Price analysis will be utilized to review and evaluate the specific elements of each offeror s proposed estimate in comparison with the Independent Cost Estimates to determine whether the contractor is abiding by the limitations in sub-contracting and reflect a clear understanding of the requirements. Note: Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b871da83643d41c59715761e3fbac3e5/view)
 
Record
SN07099035-F 20240619/240617230113 (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.