Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOURCES SOUGHT

Q -- To identify capable sources to provide 'Pathology Laboratory Services' on behalf of the West Texas Veterans Affairs Health Care System

Notice Date
5/4/2012
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Contracting Office (501/90C);New Mexico VA Health Care System;1501 San Pedro Drive SE;Albuquerque NM 87108
 
ZIP Code
87108
 
Solicitation Number
VA25812R0294
 
Response Due
5/9/2012
 
Archive Date
6/8/2012
 
Point of Contact
Bryan S. Rogers Contracting Officer
 
Small Business Set-Aside
N/A
 
Description
The following is a Sources Sought Notice in accordance with the requirements of Federal Acquisition Regulation (FAR) 19.202-2. This Sources Sought notice represents an information gathering stage of the Market Research process. The Government is attempting to identify prospective capable small businesses; small disadvantaged businesses; HubZone contractor/vendors who may be interested in competing to provide: Pathology Laboratory Services for veterans as referred by a Veterans Affairs Medical Center (VAMC). These services at this time are needed in the Big Spring, Texas area. The contracting office, located at the Albuquerque, New Mexico VAMC, will use the information gathered from this Notice to determine the availability of these commercial-type services in the location in which the service is needed; and also for the purpose of developing a source list. Statement/Scope of Work: In providing these services, contractor shall be in compliance with performance in accordance with the Statement of Work. Contractor performance shall be monitored in accordance with a Quality Assurance Surveillance Plan. In accordance with any resulting contract the prospective contractor(s) shall be providing the following services: SUMMARY OF REQUIREMENTS Contractor shall provide examination, testing evaluation, reporting of autopsy, frozen section surgical and cytology results of the WTVAHCS furnished specimens. All frozen section surgical shall be conducted at the WTVAHCS. Services shall be furnished when requested and during the absence of the WTVAHCS Chief, Pathology Laboratory Service. Contractor shall provide Emergency Services involving: receipt of wet tissue specimens in cassettes and embedding and cutting slides. Notification and specifics regarding these situations will be in advance. Contractor shall provide collection and transportation of supplies, i.e., prepared cytolyte and thin prep collection kits. The WTVAHCS reserves the right to forward specimens to Contractor, and the right to request that the Contractor provide the WTVAHCS with a second opinion. Second opinion services shall be conducted at the Contractor's facility. Contractor shall pick up specimens from the WTVAHCS, and shall examine and evaluate specimens at Contractor's facility. If a second opinion is required and/or referred by the Contractor to an outside vendor, the Contractor is financially responsible for the services rendered; the WTVAHCS shall not be invoiced for such services. Results of examination and evaluation shall be transmitted via telephone when indicated and on WTVAHCS provided forms that shall be delivered by Contractor's courier to WTVAHCS Pathology Laboratory Service. If electronic transmission is established, that method of transmitting shall be used when appropriate at no additional cost to the WTVAHCS. Routine case(s) response time is required within: 48 hours from the time of pickup (surgical cases requiring special staining response time is required within: 72 hours. Second opinions required under this contract shall be furnished within: five (5) work days of request. Contractor shall offer consultations as requested by the Chief of Pathology and Laboratory Services. On-site consultation visits to the Contractor's facility may be required. Results of Tests: A report is defined as: a printed final copy in triplicate of Laboratory testing results. If results are telephoned, the report must include the name of the individual notified of the results. Each test report shall at a minimum provide the following information: a. Patient's name and/or identification code b. Physician's name (if supplied) c. Medical record number (if supplied) d. Facility Name e. Patient's location (clinic/ward)(if supplied) f. Date/time specimen received in reference laboratory (contractor and/or subcontractor) g. Test ordered h. Date/time of specimen collection (when available) i. Date test completed j. Test results with abnormal flagged k. Reference range l. Toxic and/or therapeutic range where applicable m. Testing laboratory specimen number n. Name of testing laboratory (contractor and/or subcontractor) o. Type of specimen p. Any additional comments related to test, provided by submitting labs q. Any other information the laboratory has that may indicate a questionable validity of test results r. Unsatisfactory specimen shall be reported with regard to its unsuitability for testing. PERFORMANCE STANDARDS As defined in the Quality Assurance Surveillance Plan (QASP) the following Indicators are what services will be monitored: a. Reporting requirements following routine services and testing b. Reporting (verbal and written) following urgent services and testing c. Facility accreditation and renewals d. Provider accreditation and renewals e. Reporting requirements of patient safety incidents f. Investigation, confirmation and resolution of patient safety incidents g. Continuous reporting requirements of patient safety incidents h. Availability of pathologist(s) for consultation when needed -------------------------- Interested parties responding to this Sources Sought Notice shall submit all information and responses to the following point of contact: Bryan S. Rogers, Contracting Officer, Email: Bryan.Rogers2@va.gov. Responses to this Sources Sought Notice shall be received no later than: May 9, 2012. With responses and information, provide ALL of the following: Your company name; address; point of contact/phone number; tax ID; Dun and Bradstreet number (DUNS#). Type of business: large _____ small_____ *Service Disabled Veteran Owned Small Business (SDVOSB) ____ *Veteran Owned Small Business (VOSB)_____Woman-owned small business (WOSB)_____ Is your business foreign-owned? _______ Submissions are to be legible. A brief summary is all that is needed versus a detailed proposal. If more information is needed you will be contacted. The Government will not pay for any information that is submitted in response to this Sources Sought Notice; the submission of information is strictly voluntary. The Government will treat all responses in a confidential manner, and will not release this information to the public. This notice is not to be construed as an acquisition Request for Information (RFI) nor is any commitment on the part of the Government to award a contract implied. The New Mexico Albuquerque VAMC is only trying to identify any firms not listed on any mandatory source list. This is NOT an Invitation for Bid (IFB), a Request for Proposal (RFP) or Request for Quote (RFQ). A solicitation announcement will possibly be posted on the Federal Business Opportunities website: https://www.fbo.gov in the future. All contractors MUST be registered with Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) to do business with the federal government and annually ensure the information is current at the Business Partner Network: http://www.bpn.gov. *VETERAN OWNED BUSINESSES - be sure to register and get validated at http://www.vetbiz.gov. CONTRACTORS ARE ENCOURAGED TO REGISTER AT THE eCMS Vendor Portal to do business with VA: https://www.vendorportal.ecms.va.gov/eVP. Please provide proof of registration with the above websites.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC501/AlVAMC501/VA25812R0294/listing.html)
 
Record
SN02739656-W 20120506/120504235258-fe5865f5c1e07e222e64e601c7bb237a (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.