SOURCES SOUGHT
Q -- Reference Lab Services for Detroit VAMC
- Notice Date
- 2/11/2025 12:11:29 PM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0259
- Response Due
- 2/25/2025 1:00:00 PM
- Archive Date
- 05/26/2025
- Point of Contact
- Morgan Stein, Contract Specialist
- E-Mail Address
-
Morgan.Stein@va.gov
(Morgan.Stein@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION, THIS IS A SOURCES SOUGHT NOTICE ONLY and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification. Purpose and Objectives The John D. Dingell VA Medical Center located at 4646 John R Street Detroit, MI 48201 requires a contractor to provide reference laboratory testing services in accordance with the Performance Work Statement (PWS) and test list. The Government intends to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This Sources Sought Notice is being issued by the Veterans Health Administration (VHA), Network Contracting Office (NCO) 10 located in Kettering, OH as part of market research for planning purposes. A draft a copy of the PWS and required test list with estimated quantities are attached and is the only information available at this time. The applicable NAICS Code is 621511 Medical Laboratories Size Standard - $41.5 Million Product Service Code is Q301 Medical Reference Laboratory Testing Responses: Please submit your response in accordance with the following instructions: Responses are due by 02/25/2025 at 4:00 PM EDT. Responses shall be submitted via email to Morgan.Stein@va.gov Subject line of the email shall include this Sources Sought Notice Number Detroit Reference Laboratory Testing Firm Name Complete sections C-K and sign acknowledgement statement Submit this document with any relevant attachments Contractor Point of Contact to include: Name: Title: Phone: Email: Company Information to include: Name: Address: DUNs Number: Tax ID Number: Business Size: Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and certified in the VetCert database, which is available at: Veteran Small Business Certification (sba.gov) Please include a copy of your VetCert Certification with your response. Contractors Federal Supply Schedule Contract that carries the desired services. If you do not have a Federal Supply Schedule contract, you shall state open market : Provide the Schedule: Provide your GSA/FSS/SAC Contract Number: Provide the SIN(s) for reference laboratory testing: If any of the items are not on your GSA/FSS contract you will mark which items are open market. Contractor shall provide 3 past contracts for the same or similar services: Company 1 Company 2 Company 3 Name of Company: Company POC: Company POC phone: Company POC email Dollar amount of contract: Contract number: Period of Performance: Contractor shall respond to the following questions as part of the requirements in the PWS: Y N (check yes or no) Are you able to comply with all the requirements listed in the PWS? Is your laboratory fully licensed/accredited and actively engaged in providing the specific services and laboratory testing outlined in the PWS? Is your laboratory licensed/ accredited by the College of American Pathologists (CAP), The Joint Commission (JTC), or any other licensing and/or accreditation as required by law in order to perform the required testing listed in the PWS? Is your laboratory certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988? Is your Laboratory Director an American Board of Pathology, certified Pathologist or American Board of Bioanalysis, certified Bio-analyst? Do you have at least three years of experience providing laboratory services and at least one year experience in transporting biomedical materials? Do you have all the CLIA certifications for the analyte specialties and sub-specialties listed in the PWS? Are you able to comply with the quality review requirements in the PWS? Are you able to provide on-site processing staff in accordance with the PWS? Are you able to provide the equipment, data management system, security, and connectivity requirements in accordance with the PWS section? Are you able to provide a secured web-based portal system, Intranet Laboratory Electronic Data Interchange (LEDI) system, and printer equipment including compatibility with ORACLE EHRM equipment; and have interchange with the VA EHR computer system which will be installed during this potential contract at the time of award in accordance with the PWS? Are you able to meet the requirement for the forthcoming new CERNER computer system that will be utilized, have the capability, and are able to interface with this system when it is implemented; in accordance with the PWS? If awarded a future contract, do you plan to utilize a Sub-Contractor? If so, please provide the following information. Company Name: Address: POC Email: DUNs Number: Business Size: Describe work to be completed by the Sub-Contractor: Describe work to be completed by Contractor: Does the Sub-Contractor have all the appropriate licensure and accreditation mentioned above? Contractor shall provide CLIA certificate of accreditation listing analyte specialties and sub-specialties listed in the PWS for itself and for its Sub-Contractor. Contractor shall provide a letter from the Sub-Contractor that demonstrates that the Sub-Contractor agrees to perform all tests not performed by the Contractor, to include those tests that the Contractor is not certified to provide itself. Contractor shall include any relevant comments for any attachments, if applicable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82058d61b9364007aa4f06d13afc9781/view)
- Place of Performance
- Address: Department of Veteran's Affairs Detroit VA Medical Center 4646 John R Street, Detroit 48201, USA
- Zip Code: 48201
- Country: USA
- Zip Code: 48201
- Record
- SN07339901-F 20250213/250212080331 (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 |