Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
DOCUMENT

Q -- TB TSPOT Testing for the Corporal Michael J. Crescenz VA Medical Center - Department of Veterans Affairs in Philadelphia, PA - Attachment

Notice Date
9/17/2019
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;100 S. Independence Mall West;5th Floor
 
Solicitation Number
36C24419Q1096
 
Response Due
9/24/2019
 
Archive Date
11/23/2019
 
Point of Contact
Maureen.Jordan@va.gov
 
E-Mail Address
Maureen.Jordan@va.gov
(Maureen.Jordan@va.gov)
 
Small Business Set-Aside
N/A
 
Description
36C24419Q1096 Page 1 of Page 2 of 47 Page 1 of Solicitation Number / RFQ 36C24419Q1096 TB TSPOT Testing This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 9/10/2019. The North American Industrial Classification System (NAICS) code for this procurement is 621511 with a small business size standard of $32.5 Million. This solicitation is issued as an unrestricted procurement. The Corporal Michael J. Crescenz Department of Veterans Affairs (CMCVAMC), Regional Procurement Office East, Network Contracting Office 4 (NCO 4), in Philadelphia, Pennsylvania is soliciting offers from authorized laboratories to provide TSPOT ® TB testing. The T-SPOT ®.TB test is a unique, single-visit blood test, also known as an interferon-gamma release assay (IGRA) for TB infection and will not cross react with the bacilli Calmette-Guerin (BCG) vaccine or most non-tuberculosis mycobacteria. The T-SPOT.TB test is the only blood test that has demonstrated in a pivotal clinical study both sensitivity and specificity exceeding 95% and reliability in all at-risk groups. One award will be issued for a period of one year. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) 100 S. Independence Mall West 5th Floor Philadelphia, PA 19106 Place of Performance: Corporal Michael J. Crescenz Veterans Affairs Medical Center (CMCVAMC) 3900 Woodland Avenue Philadelphia, PA 19104 Attn: Rosemary Millili, Chemistry Supervisor Room 3B134 Quotes shall be sent to the Contracting Officer by 11:00 AM EST, Tuesday, September 24, 2019. They shall be submitted to Maureen.Jordan@va.gov. All submission shall be 5MB or less. If the email is more than 5MB, then please submit in multiple emails labeling 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer by Monday, September 23, 2019 at 3:00 PM. Period of Performance: The period of performance will start on October 1, 2019. The base year is one year and will end September 30, 2020. Estimated Annual Quantity CLIN Description Quantity Unit Unit Price Amount 0001 Blood test for TB TSPOT Testing 2850 EA STATEMENT OF WORK 1. Title. Reference testing services for Tuberculosis (TB) TSPOT screening tests on venous blood for employees and patients. 2. Background. Human Resources is requiring shorter turn-around times for TB testing for new employees and to have the prospective employees only have one visit for all their pre-employment testing and paperwork. The current skin test requires two visits. The skin test vaccine has been recalled several times over the last few years forcing the use of a blood test. Also, for a particular patient sub-set, a simple collection of a tube of blood can help clinician s diagnosis TB easier. Blood testing is also more effective for patients who have positive skin tests due to past exposure. The blood test can identify newly diagnosed cases. 3. Scope. The CMCVAMC will collect one single vial of blood and send it to the reference lab for analysis. Results must be communicated to the CMCVAMC P&LMS department within 48 hours of specimen shipment via secure fax or the ability to access via a web portal directly to the reference testing lab. 4. Specific Requirements. The CMCVAMC will collect (1) one tube of blood and send it to the reference laboratory for analysis. Once the sample has been analyzed, results must be communicated to the CMCVAMC, Pathology and Laboratory Medicine. Testing must be performed by IGRA (Interferon-gamma release assay) for TB infection Collection of a single tube blood specimen in a standard green top collection tube No special phlebotomy, i.e. shaking of tubes, incubation within 16 hour Proven Blood specimen stability up to 39 hours Correction of the patient s immune status by standardization of the number of PBMCs used in the assay Proven Invalid rate must be less than 1%, reducing the need to re-test patients Evidence that TB test has both sensitivity and specificity greater than 95% TB test that provides a Borderline test result which is recommended by the CDC Evidence provided by clinical studies showing a higher degree of sensitivity in immunosuppressed patients. Evidence that the IGRA test must not cross react with BCG vaccine or most non-tuberculosis mycobacteria Shipping containers that have been validated to maintain the blood specimens at room temperature Turnaround time must not exceed 48 hours from receipt Evidence of Medical and technical experts to answer T-SPOT ® TB questions Electronic ordering and reporting capabilities Electronic supply ordering capabilities Evidence of Quality Assurance with T-SPOT ® TB Assay Evidence of Reporting results in all categories (dummy reports). Evidence of current laboratories utilizing T-SPOT ® TB testing. Evidence that the testing is being performed in house and is not referred to another lab. 5. Place of Performance. The sample will be collected at the CMCVAMC and prepared for shipment. Contractor site will arrange for specimen pickup Monday to Friday and ship to the testing facility. All testing is performed at the contractor s site. END OF STATEMENT OF WORK This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. Confirmation of SAM registration will be validated prior to awarding a contract. This is an open-market combined synopsis/solicitation for commodities as defined herein. The government anticipates awarding one firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s). Evaluation of Quotes - The Government anticipates awarding one firm-fixed price contract from this solicitation. Evaluations will be conducted to determine best value in accordance with FAR 13.106-2(b)(3). For the purposes of evaluating competing quotes, Quoters should submit quotes that include the following documentation: Technical Capability and Documentation: Technical Capability Provide a narrative statement specifically detailing the Quoters ability to provide the TB TSPOT Testing exclusively. The technical capability shall address ALL of the Specific Requirements in Paragraph #4 of the SOW. Past Performance: Quoter s shall provide up to three (3) references, preferably of Government work, performed in the last three (3) years. Past performance information shall be recent (performance within the last three years) and relevant to this scope of work (testing performed for TB TSPOT). All past performance references shall include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other relevant information. The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. Past performance information shall be obtained from any sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. The Government will award a contract resulting from this solicitation to the responsible Quoter that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capability, and past performance. The Government will perform a comparative evaluation of the product quoted. The Government will compare quotes to one another to select the product that best benefits the Government by fulfilling the requirement. The Contracting Officer will award one firm fixed price contract resulting from this RFQ to the responsible Quoter whose quote conforming to the RFQ is most advantageous to the Government. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) FAR 52.233-2, Service of Protest (Sep 2006) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (Deviation) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Oct 2018) VAAR 852.233-71, Alternate Protest Procedure (Oct 2018) FAR 52.233-2 Service of Protest (Sep 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Ms. Maureen Jordan, Contracting Officer Regional Procurement Office East, Network Contracting Office 4 (NCO 4) Department of Veterans Affairs 100 S. Independence Mall West 5th Floor Philadelphia, PA 19106 Mailing Address: Ms. Maureen Jordan, Contracting Officer Regional Procurement Office East, Network Contracting Office 4 (NCO 4) Department of Veterans Affairs 100 S. Independence Mall West 5th Floor Philadelphia, PA 19106 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(4), (b)(8), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33), (b)(42), (b)(49), (b)(55). FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.215-71, Evaluation Factor Commitments (Dec 2009) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30  days.     (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q1096/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24419Q1096 36C24419Q1096_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5159400&FileName=36C24419Q1096-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5159400&FileName=36C24419Q1096-003.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: Corporal Michael J. Crescenz VA Medical Center;Department of Veterans Affairs;3900 Woodland Avenue;Philadelphia, PA
Zip Code: 19104
 
Record
SN05447564-W 20190919/190917231012-92edbd4b43b698af8ac020d924e4c3b8 (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.