DOCUMENT
Q -- Perioperative Blood Processing Service - Attachment
- Notice Date
- 6/25/2013
- Notice Type
- Attachment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26013I1010
- Response Due
- 7/2/2013
- Archive Date
- 9/30/2013
- Point of Contact
- Dean Umathum
- E-Mail Address
-
dean.umathum@va.gov
(Dean.umathum@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Dean Umathum at dean.umathum@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Dean Umathum at Dean.Umathum@va.gov. 1) Company name, address, point of contact name, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 621511 - Medical Laboratories; the largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $30.0 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) How far away from Spokane VAMC. 4815 North Assembly Street, Spokane, WA 99205. 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft statement of work below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The DRAFT Statement of Work follows. Thank you for your participation. Draft Statement of Work 1. Contract Title. Perioperative Blood Processing Service 2. Background. The Veterans Affairs (VA) Spokane Healthcare System, Spokane, WA requires perioperative blood processing services available to meet requirements for surgical expansion. 3. Scope. The contractor shall provide all equipment, materials, and labor required to perform auto-transfusion, plasma sequestration, bone marrow aspirate concentrate, and perioperative autologous blood collection and processing in orthopedic procedures. 4. Specific Tasks. 4.1 Task 1- Autotransfusion Service The contractor will provide all perioperative autologous blood salvaging and processing in all procedures that require this service. The Contractor will be responsible for providing a trained technician for the intra-operative collection of shed surgical blood. The technician will process the shed blood according to AAVV guidelines and return the washed end product to Anesthesia for administration to the patient. The contractor will be responsible for the breakdown and cleanup of the machine and disposables at the end of each procedure. All biohazard materials will be disposed of per VAMC protocols. Within three calendar days of each period of service the contractor will be required to submit an invoice that contains the time of service to include duration of service, as well as a list of consumable supplies used. This invoice will contain a breakdown of total cost to the government. 4.2 Task 2 - Plasma Sequestration Service The contractor will provide all equipment required for plasma sequestration services required by this facility. The contractor will provide trained staff for the procedure. The provided staff will process patient's blood according to AABB guidelines to concentrate platelets, plasma or both within the blood sample. Within three calendar days of each period of service the contractor will be required to submit an invoice that contains the time of service to include duration of service, as well as a list of consumable supplies used. This invoice will contain a breakdown of total cost to the government. 4.2 Task 3 - Bone Marrow Aspirate Concentrate (BMAC) The Contractor will provide Autologous Bone Marrow Aspirate Concentration for inpatient or outpatient procedures. Contractor will provide all capital equipment as well as disposable items required to provide autologous bone marrow concentrate. The contractor will provide trained staff to process the bone marrow, concentrate the progenitor, and stem cells within the marrow sample. Within three calendar days of each period of service the contractor will be required to submit an invoice that contains the time of service to include duration of service, as well as a list of consumable supplies used. This invoice will contain a breakdown of total cost to the government. 4.2 Task 3 - Perioperative Autologous Blood Collection and Processing in Orthopedic Procedures. The Contractor will provide machines necessary to perform perioperative autologous blood collection and processing in orthopedic procedures. A trained technician will assist in the setup of a machine and processing of the shed blood intra-operatively and provide in-servicing and training for staff for post-op care. It will remain the facilities responsibility to ensure that the machines are cleaned and made available to the O.R. staff. Within three calendar days of each period of service the contractor will be required to submit an invoice that contains the time of service to include duration of service, as well as a list of consumable supplies used. This invoice will contain a breakdown of total cost to the government. Deliverables:Service Invoice 5. Security Requirements The Contractor will not have access to patient information or government networks. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The contractor will provide all equipment to the government. The contractor will not use any government-furnished equipment. 7. Place of Performance. The Contractor will work on an as needed basis at the Spokane VAMC. A secure location adjacent to the Operating Rooms will be provided to store capital equipment and consumable supplies. 8. Period of Performance. Base plus four one (1) year option periods. 9. Delivery Schedule. SOW Task#Deliverable TitleFormatNumberCalendar Days After CO Start 1SERVICE INVOICEContractor-Determined FormatStandard Distribution*3 days after completed service 2SERVICE INVOICEContractor-Determined FormatStandard Distribution*3 days after completed service 3SERVICE INVOICEContractor-Determined FormatStandard Distribution*3 days after completed service 4SERVICE INVOICEContractor-Determined Format Standard Distribution*3 days after completed service * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a4819aeae7891350cc90dccb7081b2c)
- Document(s)
- Attachment
- File Name: VA260-13-I-1010 VA260-13-I-1010.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=833390&FileName=VA260-13-I-1010-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=833390&FileName=VA260-13-I-1010-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-13-I-1010 VA260-13-I-1010.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=833390&FileName=VA260-13-I-1010-000.docx)
- Place of Performance
- Address: Spokane VAMC;4815 North Assembly Street;Spokane, WA
- Zip Code: 99205
- Zip Code: 99205
- Record
- SN03098887-W 20130627/130625234925-7a4819aeae7891350cc90dccb7081b2c (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 |