Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

Q -- VA - Quality Assurance Program

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Cntr. for Acquisition Innovation (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-09-RQ-0260
 
Response Due
9/9/2009
 
Archive Date
10/9/2009
 
Point of Contact
Gabriel G WrightContract Specialist202-461-6818
 
E-Mail Address
Contract Specialist
(gabriel.wright@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/request for quote 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. The guaranteed minimum for the base and each exercised option is $100,000. The contract ceiling or maximum is $1,100,000. This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular 2005-36. The North American Industry Classification System code is 621511 with a Size Standard restriction of 13.5 million dollars. The period of performance is from one year from date of award with four (4) one-year option periods. The place of performance is the contractor site. Statement of Work For Pathology and Laboratory Medicine Service Quality Assurance Program for Pathologists and Cytotechnologists BackgroundA requirement exists for continuous quality improvement (CQI) in cytopathology as stated in the Pathology and Laboratory medicine Services (P&LMS) Handbook 1106.1. Enrollment in external quality improvement programs can best fulfill this requirement. NON-GYN Digital Image Program is the external CQI source that has been used in the past to fulfill this requirement. This CQI Program will be contracted and monitored by the National Director, P&LMS. Scope The Department of Veterans Affairs requires a contract to furnish a quality assurance program in cytopathology to pathologists and cytotechnologists at approximately 105 VA Medical Centers. At these 105 Medical Centers there are approximately 447 pathologists and cytotechnologists participating in CQI. This program is designed to measure and to assist in the delivery of quality care by physicians. This program will provide self and peer evaluation of pathologists through the diagnosis of individual cases. This program puts the emphasis on those factors shown to generate the greatest potential of risk to the patient and those that are most important to patient care. The vendor supplying the CQI surveys must be on the Centers for Medicare and Medicaid Services (CMS) approved list of Proficiency Testing Providers and must be approved by both the Joint Commission (TJC) and the College of American Pathologists (CAP) to provide CQI surveys to facilities they accredit. Tasks Task 1 Implement the VA approved process for maintaining and improving the quality of care for VA patients. 1.1.The contractor must have deemed status from the Center for Medicare and Medicaid Services in accordance with VHA Directive 1106.1 and meet all requirements of 42 CFR, Part 493. 1.2.Master Copies: The contractor shall provide approximately 115 "Master Copies" of cytopathology "CQI" materials on a quarterly basis to participants at the VA Medical Centers. The "Master Copies" shall consist of all printed materials (i.e., case histories, discussion, answer sheets, return envelopes, case images and CD-ROM. In addition to providing the images on CD, the vendor will make the images available on line. The cases that are to be provided shall be modified to increase the number of non-female cytology cases (4 non-gynecology and 1 gynecology case) to better serve the unique needs of VA patients. 1.3.Response Copies: The contractor shall provide approximately 460 "Response Copies" on a quarterly basis. The Response Copies shall consist of an answer sheet. These answer sheets will then be returned to the Contractor from the VA Medical Centers within twenty-one (21) days for completion. 1.4.Summary Reponses: Participant responses and answer sheets shall be collected and collated by the Contractor and returned to the VA Medical Centers within 16 weeks of receipt. Participants will then receive a discussion of each case, key references and a summary of peer responses. 1.5.Graphs and Tables: Based on the results submitted by VA hospital pathology departments, the contractor shall construct separate graphs and tables summarizing the general VA response for each case. 1.6.Update Computer File: The contractor shall provide VA Central Office and the National Cytopathology Program Office at Ann Arbor VAMC with quarterly reports in electronic format detailing the performance of each participant. 1.7.The Contractor shall give continuing Medical Education to each participant for an average of one (1) hour per exercise in Category 1 of the Physician's Recognition Award of the American Medical Association in Category A1 of the Pathology Continuing Medical Education Award and the American Society of Clinical Pathologists Recognition Award for Continuing Medical Laboratory Education for non-physician associate and specialist members who fulfill the program requirements. 1.8.VA Provided Materials: Once the contract is awarded, the VA Central Office (VACO) will provide the vendor with an initial list of VA participating facilities, Pathologist names and Cytotechnologists names within 30 working days. VACO shall provide changes to the participant list to the contractor 14 days prior to each quarterly mailing. These changes are provided in hard copy format. Only the changes that have been forwarded to VACO from each facility will be forwarded to the Contractor. The Contractor will only accept changes from VACO, and not from the participating facilities. The VACO Pathology and Laboratory Medicine Service will provide station numbers for each VA Medical Center. The Contractor will assign a unique identification number to each participant. The list of facilities is on located in Attachment 2. Changes to the Statement of Work: Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change shall be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Confidentiality and Nondisclosure: It is agreed that: 1. Press releases, marketing material or any other printed or electronic documentation related to this project, may be publicized without the written approval of the CO. 2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the COTR for response Travel Not applicable Postage and Premium Shipment Costs will be included in the contract costs and will be the responsibility of the contractor. 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 Qualifications, Past Performance, and Technical Approach. Volume II, Price Proposal - submit a schedule of fixed prices for Cytopahtoology CQI response copies and Cytopathology CQI Master Copies in Attachment 1. The Offeror must complete a copy of the solicitation pricelist in Attachment 1 of the solicitation and provide the total price for the base period and each of the four option periods. The total evaluated price is the sum of the price for the base period and all option periods. Attachment 3 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 vendor who presents the overall best value to the government. The contractor will be evaluated on the following factors which are listed in the descending order of importance: Qualifications, Past Performance and Technical Capability.. ponsible low priced technically acceptable Offeror. The following factors shall be used to evaluate offers: Factor 1-Qualifications CMS deemed status under the Clinical Laboratory Improvement Amendments (CLIA) in accordance with VHA Directive 1106.1 and meet all requirements of 42 CFR, Part 493. The vendor supplying the CQI surveys must be on the Centers for Medicare and Medicaid Services (CMS) approved list of Proficiency Testing Providers and must be approved by both the Joint Commission (TJC) and the College of American Pathologists (CAP) to provide CQI surveys to facilities they accredit. Factor 2: Past Performance. The Offeror will be evaluated on its past performance. Offerors shall submit a minimum of three references for recent (within the past three years) and relevant experience (i.e., experience in timely and appropriate accreditation services for medical labs as a deemed organization under CLIA to large governmental or private sector entities) providing service which is similar in size, scope, and complexity to that described in the Statement of Work. The Government may use information provided by the Offeror in their solicitation submission, information in both Government and commercial databases, and other information available as VA determines is reasonable. Offerors shall be asked to provide organization name, technical and contractual points of contact, the dollar value and period of performance (dates), a five page or less description of the project or contract referenced and the Offeror's rationale as to the relevance of the experience to the prospective work to be performed under this RFQ. VA shall assess the relevance of the experience and references provided to the work to be performed under the contract to be awarded under this RFQ and evaluate the Offeror's relevant experience and related past performance (how well the Offeror performed on the referenced project). If the Offeror has no past performance readily available (FAR 15.306 (a) (2) (IV)), it will be evaluated as Neutral. References shall submit responses directly to the contracting officer or specialist no later than the date and time proposals are due. Factor 3: Technical Approach. The vendor will be evaluated on the following technical factors. All sub factors are listed in descending order of importance.Technical Factors - Understanding the Requirement - The vendors quote shall exhibit a sound understanding of the requirement for this task. Sub factor 1 - The contractor shall demonstrate their ability to comply with the initial schedule of performance. Sub factor 2 - The contractor shall demonstrate their effectiveness of their schedule tracking systems Sib factor 3 - The contractor shall demonstrate the ir ability to thoroughly plan, develop, track and preserve project management documentation (plan, schedules, etc.)Contract award shall be made to the responsible vendor whose offer, in conforming to this RFQ, provides the overall best value to the Government where past erformance, technical factors, and price are considered. A vendor's quote may not be considered when the proposed price is unreasonably high or unrealistically low. In the event quotes are evaluated as technically equal in quality, price will become a major consideration in selecting the successful vendor(s). Vendors will also be evaluated for appropriate labor mixes. Per VAAR 852.273-74 Award Without Exchanges (JAN 2003) The Government may award without exchanges with Offerors. 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 following is an addenda to FAR 52.121-1 Instructions To Offerors - Commercial Items (JUNE 2008) FAR Provisions: 52.216-1 Type of Contract (APR 1984) This is an Indefinite Delivery Indefinite Quantity Requirements Contract, 52.233-2 Service of Protest (Sept 2006), VAAR Provisions: 852.209-70 Organizational Conflicts of Interest (JAN 2008): VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008), VAAR 852.233-71 Alternate Protest Procedure (JAN 1998), VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008), The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4 Printing/Copying Double Sided on Recycled Paper (AUG 2000), 52.204-7 Central Contractor Registration (APRIL 2008), 52.204-9 Personal Identity Verification of Contractor Personnel (SEPT 2007), FAR 52.216-18 Ordering (OCT 1995), 52.216-19 Order Limitations (OCT 1995) minimum one test and maximum of $110,000 on an individual order, 52.216-21 Requirements (OCT 1995), 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", 52.217-9 Option To Extend The Term Of The Contract (MAR 2000) insert may extend within 30 days of contract expiration, provided that notice is given within 7 days of contract expiration, this contract shall not exceed 66 months., 52.224-1 Privacy Act Notification (APR 1984), 52.224-2 Privacy Act (APR 1984), 52.232.18 Availability of Funds (APR 1984), 52.232.19 Availability of Funds For The Next Fiscal Year (APR 1984), VAAR 852.203-70 Commercial Advertising (JAN 2008), VAAR 852.203-71 Display of VA Hotline Poster (DEC 1992), VAAR 852.237-70 Contractors Responsibilities (APR 1984), VAAR 852.273-75 Security Requirements For Unclassified Information Technology Resources (October 2008) (Class deviation 12/8/08), VAAR 852.273-76 Electronic Invoice Submission (October 2008) (Class deviation 12/8/08), 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 (checked as applicable by the contracting officer )are: 52.203-6 Restrictions on Contractor Sales To The Government (SEPT 2006), 52.203-13 Contractor Code Of Business Ethics and Conduct (DEC 2008), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005), 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 (APR 2008), 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999), 52.219-25 Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting (OCT 1999), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT2006)(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, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). Proposals are due no later than 2:00 p.m., local time, Sept 9, 2009 via email to gabriel.wright@va.gov. No solicitation document will be issued. Questions may be submitted to Gabriel Wright via e-mail at gabriel.wright@va.gov. no later than COB 9/1/2009. ALL ATTACHMENTS ARE AVAILABLE FROM THE GOVERNMNENT UPON REQUEST via e-mail at Gabriel.wright@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA-101-09-RQ-0260/listing.html)
 
Place of Performance
Address: 810 Vermont Ave. NW;Washington DC
Zip Code: 20420
 
Record
SN01926796-W 20090828/090826235830-39301ce2f9117d78d05f2cec2ad6a2f1 (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.