Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

Q -- Urine Testing for VISN 1

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Heather Simpson Contracting Officer;940 Belmont Street (90C);Brockton, MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24110RQ0457
 
Response Due
7/20/2010
 
Archive Date
7/20/2010
 
Point of Contact
Heather Simpson
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.105(b) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is VA-241-10-RQ-0457 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR). The associated North American Industrial Classification System (NAICS) code for this procurement is 621511 with a small business size standard of $13.5M. For this solicitation, Department of Veterans Affairs - VISN 1 intends to award a contract with four potentional option years to the lowest offeror technically acceptable. If an offeror does not meet all mandatory criteria, as listed below they will be considered non-responsive to this IFB. All responsible offerors must submit a positive narrative response to all items listed in the statement of work. They must provide all necessary paperwork, as outlined below and failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 90 calendar days after close date of July 20, 2010. Shipping must be explained in detail in the offeror's response. The Cost Per Test pricing must include FOB destination and risk of loss prior to actual delivery at the specified destination. All specimens should be able to be tracked during shipment to and from VA hospital facilities. Please state how your company will track these specimens during transit in your final response. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Please provide a valid DUNS # with your submission. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.246-4.. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The Government reserves the right to vary quantities by +/- 40% due to operational requirements. The anticipated contract duration will be a base year and four option years. Offerors must present their representations and certifications, upon request, through the Online Respresentatives and Certifications Application (ORCA) at http://orca.bpn.gov 10 Evaluation Criteria / Basis of Award - Revised. The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government. Offerors will be evaluated based on lowest bidder technically acceptable. Subject to availability of funds. Government reserve the right to end or extent Period of Performance based on mission requirements as dictated by the nature of the exercise. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted by email to heather.simpson3@va.gov. Questions not received by the time of close of the solicitation may not be considered. STATEMENT OF WORK All offerors must provide a positive response to every line item listed below. If a vendor cannot establish a positive response, the response may be considered non-responsive in the evaluation criteria. A.General Statement of Need The contractor must provide the following services: 1.Tests to be covered: provide urine drug of abuse confirmation testing services and transportation services at a rate of $30 or lower per urine drug of abuse confirmation. Confirmation testing to include but not limited to amphetamine, barbiturates, benzodiazepine, cocaine, cannabinoids, opiates, methadone, oxycodone, propoxyphene and buprenorphine. 2.Mandatory Turnaround Time: Provide results with a TAT of 48 hours from specimen receipt. This is crucial and if an offeror cannot comply with this turnaround time, your offer will not be accepted. If you are an offeror that states you can comply with this turnaround time and then when the test is ordered, it does not turnaround in this timeframe, this will be considered a breach in contract and may be immediately ended. B. The Contracting Laboratory: 1.Must provide the necessary personnel, transportation, materials, supplies, and equipment, to perform and report accurate and timely urine drug of abuse confirmation tests. This agreement will support the VISN 1 Network Consolidated Laboratory System. 2.Must carry out its functions hereunder in full compliance with all local, state, and federal laws or regulations concerning drug testing, alcohol testing and program management. 3.Test methods must be FDA approved when available. Any non-FDA approved method being performed must have a documented validation plan. Upon request, the validation plan and validation results must be made available to the COTR or designee. 4.Must provide urine drug of abuse confirmation testing services and transportation services at a rate of $30 per urine drug of abuse confirmation. Confirmation testing to include but not limited to amphetamine, barbiturates, benzodiazepine, cocaine, cannabinoids, opiates, methadone, oxycodone, propoxyphene and buprenorphine. 5.Must perform testing entirely upon their premises. 6.Must provide results with a TAT of 48 hours from specimen receipt. 7.Must provide individual patient-chartable test result reports meeting CLIA requirements and must be electronically transmitted to each POC for local printing or faxed to each POC. Printed reports will include: "The name and address of the contract laboratory where each test was performed "The specimen accession number of the contract laboratory "The name of the contract Laboratory Director or Medical Director. "A phone number to contact the contract laboratory concerning the test results. "The patient's name. "The patient's SSN. "The patient's age or date of birth. "The patient's sex. "The Medical Center/CBOC specimen identification number. "The specimen collection date. "Name of physician or legally authorized person ordering the test "The Contractor's report date and time. "The test name. "The test result(s). "The unit of measurement for quantitative tests. "The normal or expected range (reference range adjusted for age, sex, or race when appropriate). "Conditions of specimen that may limit adequacy of testing, if applicable. "The report status (i.e., final or interim) where applicable. "Other interpretive information appropriate for the test(s). "CPT Code. 8.Specimens must be stored by the testing laboratory for at least seven (7) days after the reporting of the results. 9.In cases of malfunction of the Contractor-supplied electronic reporting method lasting more than 24 hours, the Contractor must, without additional charge, provide express overnight shipping or courier delivery of printed reports to each POC until the automated information system is properly functioning. 10.Must certify and ensure that all employees, officers, or agents do not use Protected Health Information received from any VISN 1 site that would constitute a violation of any applicable provision in standards set forth in the Health Insurance Portability and Accountability Act (HIPAA). C. LICENSING AND ACCREDITATION- CONTRACTING LABORATORY "Must have all licenses, permits, accreditation certificates required by law. "Must be accredited by the CLIA or the College of American Pathologists, or The Joint Commission. Copies of all certifications and renewal certifications will be provided upon submission of a proposal to the Contracting Officer and Contracting Officer's Technical Representative (COTR). "Medical Director must be licensed Physician with suitable qualifications and experience or meet the laboratory director qualifications required by 42 CFR 493.. "Must submit a copy of the professional certification and/or licensure of the Laboratory Director and/or Medical Director to the COTR with proposal. "Individuals performing laboratory testing must meet the personnel requirements as defined in 42 CFR 493. "Must comply with the regulatory requirements of Health and Human Services Health Care Financing Administration. "Must notify the Contracting Officer immediately, in writing, upon its loss (or any of its subcontractors) of any required certification, accreditation, or licensure. D. QUALITY CONTROL: To ensure proper handling and test performance, the contractor Must provide the following updated information upon request during the life of the contract. 1.Proficiency testing data will include challenges failed, a list of tests outside of the +/- 2SD range for the past (2) years. Testing lab Must notify VA of any test outside +/- 2 SD range during agreement period. 2.The VA will maintain an Internal Quality Control Program to monitor the quality of test results received from testing lab. Unidentified split specimens may be sent periodically to testing lab for analysis. A split specimen may also be sent to another reference laboratory for comparison. 3.The final contract will incorporate a Quality Assurance Plan and Worksheet for periodic review throughout the contract period to ensure compliance. E. SERVICE: 1. CONTRACTING LABORATORY must provide a Laboratory Manual containing the following information: "Department hours of operation "Accreditation "Technical Staff "Service Departments( Method of contacting, phone numbers, hours of availability) "Quality Assurance Information such as but not limited to specimen labeling and rejection criteria "Billing Procedures & fee schedules for services provided "Procedures and criteria for phoning reports and other important information "Report forms 2.CONTRACTING LABORATORY must provide telephone number(s) and contact person(s) to be used by the VA Medical Center to make specimen problem inquiries and problem solving at all times including weekends and holidays. *NOTE: Also include names and telephone number(s) of technical Directors and Pathologists available for consultation. 3.CONTRACTING LABORATORY agrees to maintain the minimum acceptable service, reporting systems, and quality control as specified herein. Immediate (within 24 hours) notification must be given to VA upon adverse action by a regulatory agency. 4.CONTRACTING LABORATORY must assign a specific local account representative. 5.CONTRACTING LABORATORY must advise facility of any changes in methodology, procedure or reference ranges at least 14 days prior to the changes being made. F. THE GOVERNMENT WILL: 1.Perform specimen collection to obtain acceptable specimens from patients unless otherwise specified in which case will be negotiated with the contractor. 2.The Government will provide biologic specimens that have been collected and processed (centrifuged and separated, labeled, and preserved) per the Contractor's published pre-analytical requirements, and in accordance with good laboratory practices (GLP). 3.Order required tests in VISTA, or other LIS, if available, and provide the Contractor with test requests, lists or work documents with required patient demographics and ordering information. For these automated sites, the Government will not complete additional Contractor's forms, data entry or test requisitions in the Contractor's automated laboratory system. 4.For each test requisition, Government personnel will provide: Patient's full name. Patient's SSN. Accession Number.Date of Specimen Collection. Date Specimen Shipped. Test(s) Requested/Code and Name. Ordering Physician's Name. Ordering Remarks/Comments (if clinically appropriate). Patient's Age or Date of Birth. Patient's Sex. Type of Specimen Patient's location (clinic/ward) G.ESTIMATED WORKLOAD Testing Needed*Estimated # of Tests Yearly MARIJUANA, QUALITATIVE CONFIRMATION BY GCMS, URINE46 PCP, QUALITATIVE CONFIRMATION BY GCMS, URINE 0 AMPHETAMINES, QUALITATIVE CONFIRMATION, GCMS, URINE52 BARBITURATES, QUALITATIVE CONFIRMATION BY GCMS, URINE24 BENZODIAZEPINES,QUALITATIVE CONFIRMATION GCMS, URINE274 COCAINE METABOLITE, QUALITATIVE CONFIRMATION BY GCMS, URINE50 METHADONE AND METABOLITE, QUALITATIVE CONFIRMATION BY GCMS, URINE10 OPIATE, EXPANDED, QUALITATIVE CONFIRMATION BY GCMS, URINE 368 PROPOXYPHENE METABOLITE, QUALITATIVE CONFIRMATION BY GCMS, URINE0 OXYCODONE AND METABOLITE, QUALITATIVE CONFIRMATION BY GCMS, URINE44 *These are estimates only. Volumes will vary and these are not guaranteed. Estimates obtained from utilization data for Q1 & Q2 FY2010. H. DELIVERY SCHEDULE The following VA Medical Centers will participate in this agreement**: VA West Roxbury 1400 VFW Parkway, West Roxbury, MA 02132; VA Boston, 150 South Huntington Ave, Boston, MA 02130; VA Brockton, 940 Belmont Street, Brockton, MA 02401; VA Bedford, 200 Springs Road, Bedford, MA 01730; VA Connecticut, West Haven Campus, 950 Campbell Ave, West Haven, CT 06516; VA Newington (consolidated with West Haven) 555 Willard Ave, Newington, CT 06111; VA Providence, 830 Chalkstone Ave, Providence, RI 02908; VA Togus, 1 VA Center, Augusta, ME 04330; VA Manchester, 718 Smyth Road, Manchester, NH 03104; VA Northampton, 421 North Main Street, Leeds, MA 01060; VA White River Junction, 215 North Main Street, White River Junction, VT 05009 **NOTE: This list may be amended at any period during subject contract to include other Government Medical facilities, located within VISN 1. Responses must include: 1.A positive written response to all items listed in the Statement of Work. 2.Four References (Company Names, Full Name of Reference, Email Address, Phone Numbers, # of Year working with the company). Provide 2 VA (if possible, not in VISN 1) and 2 Non-VA references. 3.Pricing submitted as Cost Per Test. No other pricing will be accepted. All qualified and interested businesses need to submit the RFQ response to the contracting officer by email (Heather.Simpson3@va.gov) on or before 11:00 a.m. EST on July 20, 2010. Questions will only be accepted via email prior to the close date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24110RQ0457/listing.html)
 
Record
SN02204327-W 20100715/100713235304-b9c132c3d2395375f69aad670d1e4905 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.