Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

99 -- Proficiency Testing of Medical Labs

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Acquisition Operations Service (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-08-RP-0139
 
Response Due
4/21/2008
 
Archive Date
7/20/2008
 
Point of Contact
Frank Flutter Contract Specialist
 
E-Mail Address
Email your questions to Contract Specialist
(Frank.Flutter@va.gov)
 
Small Business Set-Aside
N/A
 
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. The Government intends to award a fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract as a result of this solicitation. This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular 2005-24. The North American Industry Classification System code is 621511 with a Size Standard restriction of 12.5 million dollars. The period of performance is one year from the date of award. The place of performance is the contractor site. VHA requires a Center for Medicare and Medicare Services (CMS) deemed status contractor that can supply a proficiency testing program for all regulated, waived and unregulated analytes. The contractor must have a CLIA (Clinical Laboratory Improvement Amendments 1988) approved proficiency testing program. The contractor must provide the number of challenges for each analyte as described in 42 CFR Part 493 as amended. Assay materials shall be provided to each laboratory no less than three times per year for regulated analytes upon a schedule established by the contractor. All material shall be shipped postage paid using the United States Postal Service except when premium transportation is required due to the nature of the assay material (refrigeration etc.). Premium transportation, if required, will be priced at the time of shipment. The contractor shall provide an opportunity for each lab to participate in an interlaboratory comparison program with the other laboratories. Each laboratory must be able to compare its assay results with peer laboratories using the same instrument/reagent system. This testing must be performed on every instrument (including backups) utilized for patient testing and for every site where patient testing is performed in accordance with the attached Statement of Work (SOW).The approximate number of facilities and CBOCS that are performing patient testing is 700. The overall purpose of this task is to obtain a contractor that will provide proficiency testing to all VHA medical laboratories. The contractor must have deemed status from the Centers for Medicare & Medicaid Services (CMS). The contractor shall provide a detailed summary report of laboratory results to the Pathology and Laboratory Medicine Service (P& LMS) National Enforcement Office electronically in a Microsoft Access database compatible format. This report should include at least the following: Analyte tested; Testing methodology; Numerical/Qualitative results submitted by applicable laboratory; Percentage Grade (for each analyte ad the overall survey score); Mean for applicable assay; Standard Deviation for applicable assay; Range for the assay; Intended Response. The contractor must provide the results of the proficiency testing to VHA P&LMS National Enforcement Office, the appropriate Regional Commissioners' office and the laboratory. The contractor shall provide survey results for each test within 45 days of the closeout date (established by the contractor) in the Microsoft Access database Office format (2003) currently used by the program office. These evaluations will include a summary of performance over the past three mailings for regulated analytes minimally. If results are unacceptable, each report shall be appropriately annotated based upon the recommendations of scientific resource committees for each discipline represented by the survey program. The contractor shall provide a HCFA/CMS Performance Summary Scorecard on each laboratory following each shipment for regulated analytes. The process must provide a tool for monitoring the effectiveness of current methods as well as the selection of new methods. 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 - Provide evidence of deemed status by CMS for laboratory proficiency testing for all regulated analytes as defined by 43 CFR 493 and the ability to provide the desired reports. Past Performance (provide at least one but not more than 3 recent (within three years), relevant references with a short description of the work performed for each and names, email, phone numbers of the technical and contractual points of contact. Offerors must provide the past performance questionnaire in Attachment 2 to references to complete and forward to the VA prior to the closing date of this solicitation. Volume II, Price Proposal - submit a schedule of fixed prices for specific regulated analytes to include all reports and deliverables required in the Statement of Work (SOW) (Attachment 1). Given that product "packages" may combine various tests if the Offeror submits a commercial price list the Offeror must provide the discount to the list and the unit price for each regulated analyte in a separate Microsoft 2003 Excel spreadsheet. Offerors must provide the discount to the commercial price list for waiverable tests and unregulated analytes. The Government desires pricing at a discount to the Offeror's current pricelist for the same commercial services. Attachment 3 provides the applicable VHA Directive referenced in the SOW. Attachment 4 provides security requirements. For other than small businesses (which include nonprofit organizations of any size) a FAR 19 compliant subcontracting plan must be submitted within 90 days after award of a contract resulting from this solicitation. Provide proposals via email to the address listed below. Technical and price proposals are to be submitted as separate files. There are no page limits. In accordance with FAR 52.212-2, Evaluation - Commercial Items - The Government will award a contract resulting from this solicitation to the responsible low priced technically acceptable Offeror. The following technical factors shall be used to evaluate offers: Technical Approach/Qualifications: CMS deemed status for medical lab proficiency for all regulated analytes under 42 CFR 493 under CMS (acceptable /unacceptable) and the ability to provide testing for all regulated and unregulated analytes, and waiverable tests; Past Performance - in supplying timely CMS compliant proficiency testing services as defined by CLIA and the ability (acceptable/unacceptable). No Offeror without deemed status shall be awarded a contract. Price shall be evaluated for amount and reasonableness. A due diligence session will be scheduled and the location provided to all interested Offerors. Offerors may request a due diligence session by contacting the contract specialist listed herein. (b) Options. The solicitation has no options to be evaluated. The period of performance is one year from the date of award. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following must accompany the submitted proposal: Completion of the requirement of FAR 52-212-3, Offeror Representations and Certifications - Commercial Items - A copy of the Representations and Certifications at http://www.arnet.gov/far/loadmainre.html. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4 Printing/Copying Double Sided on Recycled Paper (JUN 1996), 52.204-7 Central Contractor Registration (OCT 2003), 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006), FAR 52.216-18 Ordering (OCT 1995), 52.216-19 Order Limitations (OCT 1995) minimum $250 and maximum to be determined at contract award, 52.216-22 Indefinite Quantity (OCT 1995) insert to read "contract expiration", 52.217-8 Option To Extend Services (NOV 1999) insert reads "by written notice to the contractor within 60 days of contract expiration", 52.224-1 Privacy Act Notification (APR 1984), 52.224-2 Privacy Act (APR 1984), 52.232.18 Availability of Funds (APR 1984), Drug Free Workplace (May 2001), 852.203-70 Commercial Advertising (JAN 2008), 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008), 852.233-71 Alternate Protest Procedure (JAN 1998), 852.237-7 Indemnification and Medical Liability Insurance (JAN 2008), 852.237-70 Contractors Responsibilities (APR 1984), 852.270-1 Representatives of Contracting Officers (JAN 2008), VAAR 852.203-71 Display of VA Hotline Poster (DEC 1992). Attachment 4 is a security addendum to FAR 52.212-4 Contract Terms and Condition Commercial Items which is incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAR 2007), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)), 52.219-9 Small Business Subcontracting Plan (SEPT 2006), 52.219-25 Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting (Oct 1999), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (OCT 2000)(E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(29 U.S.C. 793), 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(38 U.S.C. 4212), 52.232-33 Payment By Electronic Funds Transfer - Central Contractor Registration (OCT 2003). Proposals are due no later than 2:00 p.m., local time, April 21, 2008 via email to frank.flutter@va.gov. No solicitation document will be issued. Questions may be submitted to Frank Flutter via e-mail at frank.flutter@va.gov. no later than COB 3/31/2008. ALL ATTACHMENTS ARE AVAILABLE FROM THE GOVERNMNENT UPON REQUEST via e-mail at frank.flutter@va.gov.
 
Record
SN01537402-W 20080322/080320224136 (fbodaily.com)
 
Source
FedBizOpps 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.