Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
MODIFICATION

Q -- Reference Laboratory Testing Services

Notice Date
7/14/2004
 
Notice Type
Modification
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999 Old N.C. Highway 75, Butner, NC, 27509
 
ZIP Code
27509
 
Solicitation Number
RFQ106110038-4
 
Response Due
7/23/2004
 
Point of Contact
Mary Doyle, Supervisory Contract Specialist, Phone (919)575-5000, ext. 1292, Fax (919) 575-5036,
 
E-Mail Address
mdoyle@bop.gov
 
Description
Amend solicitation/synopsis to include FAR clause 52.222.41, Service Contract Act of 1965. As Amended (41 U.S.C. 351, et seq.) and incorporate U.S. Department of Labor Wage Determination No. 1994-2401, Revision No. 28, Date of Last Revision: 06/25/2004. No other changes. This is a combined synopsis/solicitation. Request for Quotation #10611-0038-4 entitled “Reference Laboratory Testing Services” is hereby issued for a commercial item/service prepared in accordance with the FAR 12 and FAR Part 12.6 and as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-23. NAICS Code 621511 applies for this procurement and the small business size standard is 500 employees. This solicitation is issued on an unrestricted basis. This announcement/solicitation constitutes the only document that will be issued. A separate written solicitation document will not be issued. Contractor’s proposals (price and technical) are herein requested. A response to requirements listed below shall be submitted on contractor’s letterhead or formal quotation form and must address all requirements. Contractor’s price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. Evaluation factors of technical capability of the services offered, past performance history, and delivery time frame will be considered along with the lowest total price to determine “best value” to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide the required services will be considered. It is anticipated that a single award will be made to a qualified vendor to provide the required services. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov/far (FAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation – Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE – Offerors must include a completed copy of “Offeror Representations and Certification” along with his/her offer); 52.212-4 Contract Terms and Conditions – Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders – Commercial Items; FAR 52.216-18 – Ordering; FAR 52.216-19 – Order Limitations; FAR 52.216-21 – Requirements; FAR 52.232-18 Availability of Funds; Quotations shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3. Submit all price and technical proposals to Mary Doyle, Supervisory Contract Specialist, Low Security Correctional Institution, Old NC Hwy 75, P.O. Box 999, Butner, North Carolina 27509. For further information, contact Mary Doyle at (919)575-5000, extension 1292. Offeror’s quotations are due by 1:00 pm Eastern Standard Time on July 23, 2004. Faxed quotations will be accepted followed by original hard copy proposals by overnight express (FedEx or equivalent) to arrive the next business day. Contractor shall provide Reference Laboratory Testing Services as required by the Federal Bureau of Prisons, Federal Correctional Complex (FCC) Butner, North Carolina. The Contractor shall provide laboratory testing services to include: necessary shipping and packing materials, pick up and transport of specimens to contractor’s laboratory; processing and analysis of specimen; and reporting of analytic results through means of electronic communication to the FCC. Consultation regarding selection, collection, transportation and result interpretation shall also be provided when required. STATEMENT OF WORK I. GENERAL INFORMATION : The FCC intends to award a firm fixed price requirements type contract for the period from date of award through December 31, 2004. A contract will be awarded to a qualified entity to provide Medical Reference Laboratory Services for Federal offenders held in custody of the Department of Justice, Federal Bureau of Prisons, at the Federal Correctional Complex (FCC), Old NC Highway 75, Butner, North Carolina 27509. The FCC includes the Federal Medical Center (FMC), the Federal Correctional Institution (FCI), the Federal Prison Camp (FPC), and the Low Security Correctional Institution (LSCI). The overall purpose of this contract is to provide Laboratory services for basic and complex laboratory studies. The FCC will require services Monday through Friday of each week with at least one specimen pickup each day after 3 pm. Contractor shall pick up specimens at the Federal Medical Center located at the Federal Correctional Complex in Butner, NC. Contractor shall provide laboratory testing services to include: pick up and transport of specimens to its laboratory; processing and analysis of specimen; and reporting of analytic results through electronic communication to the FCC Laboratory. Contractor shall provide consultation regarding selection, collection, transportation and result interpretation when required. The contractor must provide the following services: (a) Provide all supplies necessary to collect and transport the specimens to include but not limited to: (1) Lab test request forms, it is possible that vendor may need to customize forms to include information required by the Federal Correctional Complex (FCC); (2) Specimen containers; (3) Special instructions for handling of specimen; (4) Current list of tests with reference ranges and specimen requirements; (5) Special collection tubes or containers (b) Provide specimen pick-up services as required c) Note: The contractor must be responsible for transporting and storing specimens for at least 7 days from the completed date of testing in such a manner as to insure the integrity of the specimen where applicable. (d) Analyze samples. (e) Routine test results shall be reported within 24 hours of specimen pick-up. STAT test results shall be reported within 8 hours of specimen pick-up. Exceptions to Routine or STAT times may exist when a test that is required has a processing time longer than those stated above in accordance with the test set-up schedule as submitted by contractor with his offer. (f) Contractor shall provide test report summaries by the 20th of each month following the month in which the service was delivered. (See paragraph 10 below.) (g) Contractor shall consult with FCC Laboratory on test results by telephone as needed. (h) Provide the FCC Laboratory with a means of communication to permit immediate inquiry regarding the status of pending test. (I) Contractor shall provide software, required licenses, driver, and hardware required for the reporting of analytic results through electronic communication to the FCC Laboratory. (j) At least 10 Laboratory User’s Manual or similar documentation will be provided to the FCC Laboratory. The manual shall include a list of all tests that the Contractor can provide along with the testing methodology used for each test, test reference ranges, and specimen requirements and any special handling required. (k) The FCC Laboratory reserves the right to submit split samples to the contractor as part of its internal quality control program. These split samples are not subject to a charge. (l) The FCC Laboratory reserves the right to request the results of any proficiency testing that the contractor subscribes. 6.TEST SAMPLE PREPARATION: The FCC Laboratory shall be responsible to provide laboratory specimens prepared in accordance with the contractor’s Laboratory User’s Manual. All specimens will be properly identified and labeled for testing. The contractor shall provide an adequate supply of requisition forms, specimen containers, dry ice with appropriate container, special instructions and a current list of tests with reference ranges and specimen requirements. These requirements shall be defined in the laboratory user’s manual. 7. LICENSING AND ACCREDITATION Proposals will be considered only from those offerors who are regularly established in the business called for and who are financially responsible and have the necessary equipment and personnel to furnish services in the volume required. Contractor’s facility and employees shall have all licenses, permits, accreditation and certificates required by federal and state law to provide laboratory testing services. This shall include: (a) Accreditation by the College of American Pathologists (CAP) (b) Hold a CLIA certificate of Accreditation ©) Accreditation by the Centers for Prevention and Disease Control (CDC) is required if contractor is engaged in interstate commerce. (d) The Reference Laboratory Director shall be a licensed physician or a licensed bioanalyst. NOTE: Prior to a contract award contractor must provide copies of the above accreditations and licenses to the FCC Laboratory. (Refer to Part III “Instructions to Offerors”) 8. REPORTING OF TEST RESULTS: A report is defined as a printed final copy of laboratory testing results. This report shall be received by remote terminal at the FCC Laboratory. If results are telephoned, the written report must include the name of the individual notified of the results. Each test report shall at a minimum indicate the following (information: (a) Patient’s name and identification code(Register Number) (b) Physician’s name (if supplied) c)Medical Center name (d)Patient’s location, (if supplied) (e) Test ordered (g) Date/time of specimen collection (when available) (h) Date/time specimen received in Reference Lab (I)Date test completed (j) Test result (k) Flag abnormals (l) Reference Range (m)Toxic and/or therapeutic range where applicable (n)Name of testing laboratory (contractor and/or subcontractor) (o)Testing laboratory specimen number (p) Type of specimen (q)Comments related to the test provided by the submitting lab r)Information that may indicate a questionable validity of test results (s)Unsatisfactory specimen shall be reported with reason as to its unsuitability for testing. STAT and Critical results must be phoned to the FCC Laboratory. The person receiving the result, and the time and date the call was called must be documented on the result. 9. TESTING SUMMARIES Contractor shall provide the FCC Laboratory a testing summary report by the 20th of each month following the month in which the testing service was provided. At the end of each contract year a cumulative (year-to-date) report shall be submitted to the FCC Laboratory providing the name of test ordered, price of test, cumulative totals and a total of all funds spent by the FCC Laboratory on reference laboratory testing. 10.QUALITY CONTROL:To ensure proper handling and test performance, the contractor shall provide the following updated information upon request during the life of the contract: (a)For quality purposes, tests routinely performed in duplicate should be indicated. (b) Coefficient of variation of quality control samples of all tests or specified tests the laboratory performs. c) Proficiency testing data shall include a list of tests outside of the ± 2 SD range for the past two years. Contractor shall notify the laboratory of any test falling outside ± 2 SD range during the contract period. (d) Contractor shall provide address of processing sites under contract, including subcontracted testing location sites. (e) The FCC Laboratory will maintain an Internal Quality Control Program to monitor the quality of test results received from the contractor. Unidentified split specimens may be sent periodically to the contractor for testing. A split specimen may also be sent to another reference laboratory for comparison. The institutions involved with sending split specimens shall notify the contractor of such specimens only for the purpose of nonpayment. Split specimen testing shall not exceed 1 percent of the total annual test volume and shall be processed free of charge by the contractor.(f) The contractor(s) facilities, methodologies (defined as the principal of the method and references), and quality control procedures may be examined by representatives of the FCC at any time during the life of the contract. (g) Contractor agrees to maintain the minimum acceptable service, reporting systems and quality controls as specified herein. Immediate (within 24 hours) notification must be given to FCC Laboratory upon adverse action by a regulatory agency. 11. CONTRACTOR TELEPHONE NUMBERS: Contractor shall provide telephone number(s) and contact person(s) to the FCC Lab for specimen inquiries, and Lab Technical/Pathologist consultation. There must be someone available at the number(s) provided at all times including weekends and holidays. SUBCONTRACTING APPROVAL If Contractor intends to use a subcontractor to provide any of the testing required under this contract, Contractor shall be responsible for finding a subcontractor laboratory with appropriate licensure and accreditation. 13.TESTING CHANGES The Contractor shall advise the FCC Laboratory of any changes in assay methodology, procedures, reference ranges and any new tests introduced. In the event that the contractor changes the assay procedures or a critically important component of an assay (e.g., an antibody, purified antigen, etc.) the contractor shall notify the FCC Laboratory prior to the intended change. He shall provide documentation that the quality and efficacy of the test will remain unchanged or be improved. Changes in the assay material, procedures or methodology that have not been reviewed and pre-approved by FCC Laboratory Director(s) and mutually agreed upon in writing, may be sufficient cause for the FCC going to an alternate contractor for test(s) for the duration of the contract at the sole discretion of the FCC Contracting Officer. The Contractor will then be liable for excess procurement costs. 14.BENCH MARK REFERENCE The FCC Laboratory may submit a small number of specimens for analysis as a bench mark reference. These tests shall be performed and reported without charge to the FCC. Bench mark referencing may be used as a part of the proposal evaluation process. 15. ESTIMATED QUANTITIES: Following is a sample of required tests along with estimated monthly quantities based on FCC historical data. Actual required tests will not be limited to the following. Actual required tests and ordered quantities will be based FCC Laboratory requirements. There is no guarantee that the estimated quantities will result in actual ordered quantities. 1) CBC 11; 2) Chem 7 12 3) Acetone 1; 4) AFB 10; 5) AFP 29; 6) Albumin 10; 7) Ammonia 11; 8) ANA 2; 9) Bilirubin, Direct 1; 10) Blood Culture 3; 11) BNP 3; 12) C Difficile Toxin 3; 13) C Reactive Protein 1; 14) Cell Count, Fld 1; 15) Cholesterol 9; 16) CMV IgM 1; 17) Cortisol 2; 18) Creatinine Clearance 6; 19) Creatinine (urine, 24 hr); 20) Cryptoccocal Ag, Screen 1; 21) Culture 22; 22) Cytology, non Gyn 4; 23) GI Panel 10; 24) HAV IgM 231; 25) HbcAb 225; 26) HbcAb IgM 78; 27) HbsAg 305; 28) HIV 19; 29) Lipase 8; 30) Magnesium 5; 31) Microalbumin, 24 hr. 3; 32) Monotest 1; 33) Parasite exam 2; 34) Phosphorus, serum 5; 35) Protein, total 13; 36) PSA 1; 37) PT INR 8; 38) PTT 4; 39) Testosterone 1; 40) Toxoplasma Ab 11; 41) Triglyceride 3; 42) UA 3; 43) Urine Chloride, random 1; 44) Urine Createinine, random 1; 45) Urine Potassium, random 1; 46) Urine Protein, 24 hr 4; 47) Urine Sodium, random 1; 48) Vancomycin, Peak 1; 49) Vanomycin, Trough 2; 50) Varicella Zoster 2. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/10502/RFQ106110038-4/listing.html)
 
Place of Performance
Address: Federal Correctional Complex Old NC Hwy 75 P.O. Box 999 Butner, NC
Zip Code: 27509
Country: USA
 
Record
SN00621250-F 20040716/040714213641 (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.