Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
DOCUMENT

Q -- Anatomic Pathology - GJ - Attachment

Notice Date
7/17/2014
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914R0577
 
Response Due
9/4/2014
 
Archive Date
12/3/2014
 
Point of Contact
Ricky Robins
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE The Grand Junction VAMC located in Grand Junction, CO has a requirement for Anatomic Pathology and Clinical Laboratory services starting around October 1, 2014. It is anticipated that a solicitation for this requirement will be published around August 13, 2014. The solicitation will be a 100% set-aside for small business. Below is a draft Performance Work Statement describing the requirement. PERFORMANCE WORK STATEMENT Anatomic Pathology and Clinical Laboratory Services 1.0 Introduction The Department of Veterans Affairs, Grand Junction VA Medical Center, Pathology and Laboratory Medicine Services (P&LMS) is acquiring Anatomic Pathology and Clinical Laboratory Services for to provide essential patient care. 2.0 Background The P&LMS site that is in need of these services is located at the Grand Junction VAMC, 2121 North Ave, Grand Junction, Colorado 81501. 3.0 Scope The Contractor shall provide both on site and at the Contractor's facility conventional services for Anatomic Pathology and Clinical Laboratory services daily, Monday through Friday. Visits should be coordinated around the times of planned Frozen Sections so that these can be performed on site. Anatomic Pathology services include, but are not limited to the following: a)grossing and reading of surgical specimens, b)reading of cytology slides, c)performing Frozen Sections, d)performing autopsies. All autopsies will be performed at the contractor's site. Laboratory services include, but are not limited to the following: a)providing continuing education, b)participating in equipment acquisition/validation, c)participating in quality control and quality assurance activities, d)participating in Laboratory Accreditation Program activities. Must be able to utilize current equipment and supplies in use at the Grand Junction VA Medical Center. 4.0 Technical Requirements 4.1The Contractor's facility shall be physically located within the local geographic area or within a 10-mile radius of the Grand Junction VA Medical Center. In addition, the Contractor's facility must be CLIA (Clinical Laboratory Improvement Act) and College of American Pathologists (or equivalent) certified. 4.2Services provided in Attachment 1 shall be provided at the Grand Junction VAMC or at the Contractor's facility (where noted). 4.3Transportation of routine specimens shall be the responsibility of the Contractor. All routine Anatomic Pathology specimens from the VA shall be placed in a designated location at the Grand Junction VA Medical Center for pick up by Contractor personnel at regularly scheduled times. When Frozen Sections are not performed at Grand Junction VA Medical Center, the Grand Junction VA Medical Center will notify a courier of Frozen Sections prior to surgery (except in the case of emergencies) for the courier to be ready to transport specimen to Contractor's facility within 15 minutes. 4.4The Contractor shall meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). The assessment shall cover requirements for tests as listed in Attachment 1. 4.5The Contractor shall provide defined specimen requirements and defined specimen stability requirements. Turnaround times shall meet or exceed College of American Pathology requirements: 4.5.1Surgical specimens shall be reported in less than two (2) days. 4.5.2Non-GYN cytology specimens shall be reported in less than three (3) days. 4.5.3GYN cytology specimens shall be reported in less than five (5) days. 4.5.4Frozen Sections shall be processed and initial report received at the Grand Junction VA Medical Center in 20 minutes or less from the time the specimen is received either in-house or at the Contractor's place of business. 4.5.5Autopsies shall be processed and completed within thirty (30) days. 4.6Services should not be performed on holidays except when urgent, emergent or callback cases dictate the contractor should perform such services without further compensation except as provided in Attachment 1. 4.7All services performed shall comply with Joint Commission, CAP and VHA Directive 1106 requirements. 4.8Contractor shall agree to use the VA Computerized Patient Record System (CPRS). Contractor shall also agree that autopsy, surgical pathology and cytology reports shall be completed in a timely fashion as defined in VA Medical Center policy. 4.9Contractor shall utilize the Grand Junction VA Medical Center contracted dictation system to dictate findings and results. Hand written reports or cassette tapes are not acceptable, with the exception of autopsy reports. 4.10Contractor shall adhere to documentation levels that are standard in the medical community (i.e., CMS) 4.11Contractor will be available by telephone for emergencies after working hours, on weekends, and national holidays, and response time should be sufficient to ensure proper medical care for individual patients (within one hour of notification). 4.12Contract employee shall visit the Grand Junction VAMC on a daily basis, during normal working hours, to check on operations and sign any necessary documents. 4.13Contractor shall invoice for actual services performed in accordance with the price schedule. 4.14Contractor shall provide accurate invoices for testing within 10 days of the last day of the billing cycle. Invoices must list the test performed, associated with the item listed in the price schedule, the name and identification number of the patient and if the test was successfully performed. 4.15 The Contractor shall be HIPAA compliant. 5.0 Contract Employee Qualifications Contract employees assigned by the Contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. All licenses held by the personnel working on this contract shall be full and unrestricted licenses. Each person assigned to work under this contract shall be licensed to practice medicine within the State of Colorado. 5.1Contract employees shall, by training or experience, meet appointment and credentialing standards of the Medical Center Professional Standards Board for full privileging in all Pathology procedures and services required. Shall be qualified and trained as demonstrated by certification by the American Board of Pathology. 5.2Contract employees shall have annual tuberculosis screenings. 5.3Contract employees shall report new conversions to positive PPD or to report new symptoms related to tuberculosis, if previously positive PPD, to the Grand Junction VA Medical Center Employee Health within ten working days. 5.4Contract employees shall receive appropriate immunizations, including the Hepatitis B vaccine as indicated for health care workers with potential exposure to blood or body fluids. 6.0 Key Personnel And Temporary Emergency Substitutions The Contractor shall provide to the COR upon contract award a designated (key personnel) contract employee to perform the services of this PWS. The Contractor shall provide a resume to the COR for the key personnel. a. During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the COR, in writing, within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period of the contract, the Contractor shall submit the information required by paragraph (c) to the COR at least 15 days prior to making any permanent substitutions. b. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The COR will notify the Contractor within 15 calendar days after receipt of all required information of the decision on the proposed substitutes. c. For temporary substitutions where the key person will not be reporting to work for three (3) consecutive work days or more, the Contractor will provide a qualified replacement for the key person. This substitute shall have comparable qualifications to the key person. Any period exceeding two weeks will require the procedure as stated above. 7.0 Work Hours The services covered by this contract shall be furnished by the contractor Monday through Friday between the hours of 8:00am to 4:30pm, with the exception of National Holidays. The contractor will not be required, except in case of emergency, to furnish such services after hours. National Holidays: The holidays observed by the Federal Government are: New Year's Day Martin Luther King's Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day AND any other day specifically declared by the President of the United States to be a national holiday. 8.0 Time Keeping The VA Medical Center, Grand Junction VA Medical Center shall establish and maintain a time keeping system that will record the hours worked by the contract employee(s). Contractor employee(s) shall report to the Administrative Officer, or designee upon arrival at the Grand Junction VA Medical Center. 9.0 Contract Performance Monitoring Monitoring of contractors time shall be demonstrated through procedures performed per the Contract's schedule. The assigned Contracting Officer's Representative (COR) shall be the VA official responsible for verifying contract compliance. After contract award, any incidents of contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. 10.0 Quality Assurance Surveillance Plan This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate contractor actions while implementing the Performance Work Statement (PWS). It is designed to provide an effective surveillance method of monitoring contractor performance. The Contractor shall manage the quality control actions in order to meet the terms of the contract. The COR will monitor the quality assurance to ensure contract standards are achieved. PERFORMANCE OBJECTIVEPERFORMANCE THRESHOLD 1. Provide defined specimen requirements and defined specimen stability requirements with turnaround times as indicated in section 4.5 of the PWS. 100% of all reports are timely. 2. Submittal of Reports: Reports are submitted timely and are accurate.95% of all reports are timely and accurate. SURVEILLANCE: The COR will evaluate the performance objectives through periodic inspections during each service month. STANDARD: The contractor shall perform all work required in a satisfactory manner in accordance with the PWS. The COR shall not consider the services complete until all deficiencies have been corrected. PROCEDURES: The COR will inspect all performance objectives monthly to ensure contractor compliance with the PWS. The COR will record results of inspection, noting the date and time of inspection. If the inspection indicates unacceptable performance, the COR will notify the contract manager of the deficiencies for correction. If the deficiencies are not corrected within one day, the COR shall notify the Contracting Officer for action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0577/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0577 VA259-14-R-0577_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1504890&FileName=VA259-14-R-0577-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1504890&FileName=VA259-14-R-0577-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Grand Junction VAMC;2121 North Avenue;Grand Junction, CO
Zip Code: 81501
 
Record
SN03429085-W 20140719/140717235737-7af1819ed43fc2a0f458fbd53609daff (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.