Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
DOCUMENT

Q -- ViraCor - Attachment

Notice Date
9/13/2011
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA25611RP1081
 
Archive Date
11/12/2011
 
Point of Contact
Lynette O Stevenson
 
E-Mail Address
6-5111<br
 
Small Business Set-Aside
N/A
 
Description
Under this agreement the VA Medical Center Pharmacy Service will provide prescribed vendor for this test system is Viracor, L.L.C.. Viracor will provide with the following scope of work. The above authority is cited and justification made based on the determination that the Government's minimum needs can best be satisfied by services available from one source in a specific area of responsibility. This action is for services which the Government intends to solicit and negotiate with only one source under FAR 6.302-1. This notice of intent is not a request for competitive proposals. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive acquisition. No solicitation document is available. Point of Contact for this action is Lynette Stevenson, Contracting Officer, at lynetta.stevenson@va.gov STATEMENT OF WORK SPECIALIZED REFERENCE TESTING - VIRACOR I.Introduction. The Oklahoma City VA Medical Center Pathology and Laboratory Service wishes to pursue a contract with ViraCor Laboratory to provide specialized (primarily polymerase chain (PCR)) reference testing. ViraCor is to provide technical information regarding specimen collection and handling requirements, shipping materials and information, analysis, reporting of analytic results, and interpretation of those results. The Contractor must provide the following (written or web-based): "Test Menu to include: "Ordering code (contractor's identification code) "CPT Code "Test Methodology "Specimen types "Specimen collection and handling requirements "Test results interpretation or interpretative remarks, if appropriate "Testing site (if not performed at the Contractor's main laboratory facility) "Maximum Turn-Around-Time (TAT), excluding time required for repeat assay. "Assay schedule ('DAILY', MWF, etc.) "Unit price and discount, if any, offer to the Government II.Performance Period. October 1, 2011 to September 30, 2011, with option to exercise four (4) additional 1-year options III.Objectives. The desired goal of this contract is to provide testing capability for specialty tests which are not performed in-house and are not performed by VISN16 primary reference laboratory. "Improve patient care and customer service/satisfaction. "Reduce result turnaround time. IV.General Qualifications. A.Licensing and Accreditation. 1. The Contractor shall have all licenses, permits accreditation and certificates required by law. The reference laboratory must be licensed and accredited by the College of American Pathologists and/or other state regulatory agencies and mandated by federal and state statutes. In addition, the laboratory must be certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988. 2. The contractor shall provide a copy of all relevant permits/licenses and certifications inclusive of any sanctions current or pending throughout the USA, prior to contract to contract award. 3. Contractor policies and procedures shall comply with Health Insurance Portability and Accountability Act (HIPPA). B.Contractor Personnel 1. The contractor shall maintain current accreditation and notify the Contracting Officer Technical Representative (COTR) of any lapse in state license, CLIA certification, or clinical pathology certification. The Contractor shall provide a copy of the renewed licenses/certificates to the COTR before expiration. C.Test Result Reporting 1. Contractor shall provide electronic transmissions (FAX) of all completed and/or partial test results to the laboratory within published Turnaround Time (generally next day). V.Contractor's Responsibilities A.Procedure Guidance 1. The testing methodology and reference ranges for a test must be defined in the laboratory user manual. The Contractor shall provide change notice prior to implementation of any new medical procedures and services. 2. The Contractor shall ensure that all procedures performed are of current acceptable standard deviation with at least (minimum) daily controls conducted to determine procedure accuracy. Upon request by the Contracting Officer (CO) or Contracting Officer's Representative (COR) the Contractor will make available quality assurance information on specific testing procedures for review. B.Supplies 1. Contractor shall provide supplies normally provided to its commercial customers, not limited to the following: "Requisition forms "Specimen shipping containers "Special instructions "Current list of tests with reference ranges and specimen requirements C.Test Results 1. Contractor shall provide telephonic or fax response within the commercial published TAT. 2. Contractor shall provide telephonic notification of shipment/specimen problems. 3. The report must comply with College of American Pathologist requirements. VI.Scope of Agreement 1. The initial term of this agreement is July 1, 2011 to September 30, 2011. Upon completion of this term, the agreement may be extended on a yearly basis until terminated by either party by providing 90 day notice. 2. There is no minimum volume requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25611RP1081/listing.html)
 
Document(s)
Attachment
 
File Name: VA-256-11-RP-1081 VA-256-11-RP-1081.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255284&FileName=VA-256-11-RP-1081-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255284&FileName=VA-256-11-RP-1081-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02574172-W 20110915/110914000302-ee391ac38de2368d5683e62246e82af0 (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.