SOLICITATION NOTICE
Q -- Proficiency Testing Pathology Laboratory
- Notice Date
- 11/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;VA Central Office;Cntr. for Acquisition Innovation (049A3);810 Vermont Avenue, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-101-10-RP-0003
- Response Due
- 11/30/2009
- Archive Date
- 12/30/2009
- Point of Contact
- Gabriel G WrightContract Specialist
- E-Mail Address
-
Contract Specialist
(gabriel.wright@va.gov)
- Small Business Set-Aside
- N/A
- Description
- 1. Type of Document: Combined Synopsis/Solicitation 2. Solicitation Number: VA-101-10-RP-0003 3. Title: Pathology and Laboratory Medicine Service Proficiency Testing Program 4. Point of Contact: Gabriel Wright, Contract Specialist, phone: 202-461-6818, fax: 202-273-7448, E-mail: Gabriel.Wright@va.gov. 5. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) No, VA-101-10-RP-0003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This requirement is unrestricted. The NAICS code is 621511 Medical Laboratories with a small business size standard of $13.5 million dollars. The due date for receipt of proposals is NLT 4:00 PM November 30, 2009. Proposals shall be submitted electronically to Mr. Gabriel Wright at Gabriel.Wright@va.gov. An excerpt of the Statement of Work (SOW) is provided. A copy of the complete SOW, Price Schedule and Handbook 1106.1 will be provided upon written request to Mr. Gabriel Wright. 6. Statement of Work: The Department of Veterans Affairs Veterans Health Administration (VHA) requires a Center for Medicare and Medicare Services (CMS) deemed status contractor to provide a proficiency testing (PT) program for all regulated, waived and unregulated analytes. The overall purpose of this effort is to obtain a contractor that will provide proficiency testing to all VHA medical laboratories. This testing must be performed on every instrument (including backups) utilized for patient testing and for every site where patient testing is performed. The approximate number of facilities and CBOCS that are performing patient testing is 757. The work shall be substantively accomplished at the testing organization's facility. The contractor shall provide analytes (test samples) to the individual lab and the lab's findings shall be forwarded to the contractor for review and the contractor shall report results to VA management and the lab. All material shall be shipped FOB Destination. To ensure reliability of patient testing in the laboratory and to maintain accreditation requirements each Pathology and Laboratory Medicine Service lab and all Ancillary Testing Sites must subscribe to an external proficiency testing program that meets Clinical Laboratory Improvement Act 1988 and amendments (CLIA)1988 requirements. An external proficiency testing program for all analytes for which PT is available, including waived testing and unregulated analytes is also mandated by Veterans Health administration (VHA) Directive 1106.1 (Attachment 3). As such, the Contractor must have a CLIA approved proficiency testing program. 7. Contract Type: The Government intends to award a Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract as a result of this solicitation. The contract minimum is $50,000 and the contract maximum is $60,000,000 for the life of the contract. 8. Place of Performance: The place of performance shall be the Contractor's facility. 9. Period of Performance: The contract period of performance shall be twelve months from date of award. The contract also includes four option years that may be unilaterally exercised at the Government's discretion. 10. Instructions to Offerors: The provision at 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2008), applies to this acquisition. Paragraph (b)(8) is amended to state that all contractors shall submit a copy of their Online Representations and Certifications Application (ORCA). The following instructions are added as an addendum to this clause: Submit offers in two separate volumes as follows: Volume I, Technical Proposal - Provide evidence of deemed status by CMS for laboratory proficiency testing for all regulated analytes as defined by 43 CFR 493. Volume II, Price Proposal - The offeror shall submit its commercial price list and complete Attachment 2 Price Schedule providing a total extended price for the base year. The Government requests a discount from the Offeror's current price list. Option year pricing will be based upon the commercial price list in effect at the time of option exercise less applicable discounts offered, accepted and incorporated into the contract resulting from this solicitation. Note: The Government will entertain an economic price adjustment based on the commercial price list in effect at the time of option exercise less applicable discounts offered, accepted and incorporated into the contract resulting from this solicitation. 11. Terms and Conditions: Provisions: The following FAR provisions are incorporated into 52.212-1 as an addendum to this provision: 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract resulting from this solicitation and 52.233-2 Service of Protest (SEP 2006); VAAR provisions 852.209-70 Organizational Conflicts of Interest (JAN 2008), 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008), 852.233-71 Alternate Protest Procedure (JAN 1998), and 852.270-1 Representatives of Contracting Officers (JAN 2008). The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is revised to read as follows: "The Government will award a contract resulting from this solicitation to the responsible lowest priced technically acceptable offeror. The following technical factor used to evaluate offers is Technical Qualifications - the Offeror shall provide evidence of CLIA certification for nonwaived testing for all nonwaived tests listed in the solicitation. No Offeror without deemed status shall be awarded a contract. Price will be evaluated for reasonableness. The evaluated price will be the sum of the total price for the base year based on the Government's estimated quantities." With regard to the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (AUG 2009), Offerors are required to submit a completed copy of its Online Representations and Certifications found at https://orca.bpn.gov/. Clauses: The clause at FAR 52.212-4, Contract Terms and Conditions --Commercial Items (MAR 2009), applies to this acquisition. The following FAR clauses are incorporated into 52.212-4 as an addendum to this clause: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000); 52.204-7 Central Contractor Registration (APR 2008); 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 52.216-18 Ordering (OCT 1995) Such orders may be issued from the effective date of the contract through the end of the effective period; Economic Price Adjustment -- Semistandard Supplies (JAN1997); 52.216-19 Order Limitations (OCT 1995) When the Government requires supplies or services covered by this contract in an amount of less than one test, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. T he Contractor is not obligated to honor -- (1) Any order for a single item in excess of $3,000,000.00; (2) Any order for a combination of items in excess of $3,000,000.00; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section; 52.216-22 Indefinite Quantity (OCT 1995) The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided that the Contractor shall not be required to make any deliveries under this contract after the contract expires; 52.217-8 Option to Extend Services (NOV 1999) The Contracting Officer may exercise the option by written notice to the Contractor within 7 days before the end of the period of performance or ordering period; and 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 7 days before the end of the period of performance or ordering period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. The following VAAR clauses are incorporated as an addendum to this clause: 852.203-70 Commercial Advertising (JAN 2008), 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992), 852.237-70 Contractor Responsibilities (APR 1984), and 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - OCT 2008). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (SEP 2009), applies to this acquisition. The following addition FAR clauses are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), 52.203-13 Contractor Cod of Business Ethics and Conduct (DEC 2008), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005), 52.219-8 Utilization of Small Business Concerns (MAY 2004), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (AUG 2009), 52.222-21 Prohibition of segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues of Fees (DEC 2004), 52.222-54 Employment Eligibility Verification (JAN 2009), 52.225-5, Trade Agreements (AUG 2009), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-34 Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (MAY 1999), and 52.237-11 Accepting and Dispensing of $1 Coin (SEP 2008).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA-101-10-RP-0003/listing.html)
- Place of Performance
- Address: Department of Veternas Affairs;VA Central Office;VHA Accreditation Proficency Testing -977 B;810 Vermont Avenue NW;Washington DC
- Zip Code: 20420
- Zip Code: 20420
- Record
- SN02005424-W 20091119/091117235640-0732c60d3fa198c1d29d130592a8e519 (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 |