Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2002 FBO #0231
SOLICITATION NOTICE

Q -- PLMS Accreditation

Notice Date
7/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Acquisition Operations and Analysis Service, (049A3), 810 Vermont Avenue, N.W., Washington, District Of Columbia 20420
 
ZIP Code
20420
 
Solicitation Number
101-07-02
 
Response Due
7/29/2002
 
Point of Contact
Point of Contact - Chris Burroughs, Contracting Officer, (202) 273-4812, Contracting Officer - Charles A. McClellan, Contract Specialist, (202) 273-8763
 
E-Mail Address
Email your questions to Charles A. McClellan
(charles.a.mcclellan@mail.va.gov)
 
Description
This is a combined synopsis/request for proposals for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. This solicitation will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 01-04. The North American Industry Classification System code is 621511 with a Size Standard restriction of 11.5 million dollars. The contractor shall provide all necessary labor, materials and equipment required to provide COMPREHENSIVE ACCREDITATION INSPECTIONS/SURVEYS of all Veteran Health Administration (VHA) medical laboratories - those in medical centers and in clinics. The contractor must have deemed status from the Health Care Financing Administration (HCFA) or Centers for Medicare & Medicaid Services (CMS). The vendor(s) shall examine all aspects of medical laboratory operations including director and personnel qualifications, resources and facilities, quality control and quality assurance. The accreditation program will include published standards and checklists, mandatory participation in external proficiency survey programs, and biennial onsite inspections. As required by VHA policy, all medical laboratories must have an onsite inspection every two years. In rare instances and with the approval of the Pathology and Laboratory Medicine Service (P&LMS) National Enforcement Office, the inspection/survey date may be extended beyond two calendar years but not more than 45 days past the anniversary date under any circumstances. The vendor(s) shall provide each laboratory with a list of deficiencies to correct and allow written responses to these deficiencies before final disposition and accreditation. The vendor(s) must provide reports to the laboratory, the Pathology Regional Commissioners and the P&LMS National Enforcement Office in headquarters. If interim annual self-inspections are required as a part of the accreditation process, the laboratory will retain the list of deficiencies and corrective action for review at the next onsite inspection, but results of these inspections/surveys will be tracked and published in the report for the P&LMS National Enforcement Office. Inspectors/Surveyors must be knowledgeable in the areas being inspected. The vendor(s) will define standards for inspectors/surveyors. Vendor(s) must describe in detail their inspection process, including their requirements for inspections/surveys and training provided to the inspectors/surveyors. Deficiencies will be specifically noted in writing and the laboratory must be informed of all deficiencies. Serious deficiencies will require follow up correction by the laboratory. The entire process for noting deficiencies, required follow-up, and any additional inspections, will be well documented. The P&LMS National Enforcement Office and relevant Regional Commissioner_s Office will be kept appraised of such actions. The vendor(s) will provide the laboratory with a copy of the standards used for the inspection/survey. The laboratory medical director will be notified of the need for inspection/survey six months before the inspection/survey date and provided with the necessary forms needed to apply for inspection/survey. The laboratory will be provided with the name of the inspection/survey leader and specific inspection/survey date together with any requests or information to be sent to the inspector/surveyor six weeks before date of the inspection/survey. Vendor(s) will provide Accreditation decisions to the laboratory medical director in writing within 90 days. The vendor(s) must have the ability to coordinate and perform system inspections/surveys if requested. Manuals and Publications: The vendor(s) must provide to the facility, Regional Commissioners, and National Enforcement Office, applicable manuals, accreditation standards, and inspection checklists. These should also be available in electronic format. The vendor(s) shall notify the government when applicable updates become available and provide such updates as indicated above. The following provisions are incorporated by reference: 52.212-1, Instructions to Offerors_Commercial Items, the following instructions are added as an addendum to this clause: Submit offers in two separate volumes as follows: Volume I, Technical Proposal_Include all technical information required for evaluation, excluding any reference to cost/price. Divide the technical volume into the following areas; Accreditation, Technical Approach,Past Performance (provide a minimum of 3 points of reference for customers of comparable size) and Inspector Training. Volume II, Price Proposal _ submit a listing of current prices for specific services divided into annual periods. Provide proposals in 2 hard copies and one CD or disk. In accordance with FAR 52.212-2, Evaluation_Commercial Items, the Government may award multiple 5 year contract vechicles from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, is deemed most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Accreditation:specify limitations i.e., laboratory size and complexity, Technical Approach, Understanding the Scope, Past performance and Price. These factors are stated in their descending order of importance. The following must accompany the submitted proposal: Completion of the requirement of FAR 52-212-3, Offeror Representations and Certifications_Commercial Items and 52-212-4, Contract Terms and Conditions_Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_ Commercial Items. A copy of the Representations and Certifications at http://www.arnet.gov/far/loadmainre.html. The following FAR Clauses under FAR 52.212-5 paragraph (b) are applicable to this acquisition: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Additionally, FAR clauses, 52.217-9 (inserts to read _preceding year_ and _5 years_), 52.217-5, and 52.217-7 (insert to read _within the contract performance period_) are included. Offers are due July 15, 2002, 2:00 p.m. to: Dept of Veterans Affairs, OA&MM, 810 Vermont Ave NW, Washington, DC 20420-0001, Attn: Charles McClellan. For information regarding this solicitation, please call Mr. McClellan at (202) 273-8763 or e-mail at Charles.Mcclellan@mail.va.gov.
 
Web Link
RFP 101-07-02
(http://www.bos.oamm.va.gov/solicitation?number=101-07-02)
 
Record
SN00121241-W 20020721/020719213330 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.