DOCUMENT
Q -- Drug Court Drug Screen Collection and Testing - Attachment
- Notice Date
- 9/4/2013
- 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
- VA26013I1421
- Response Due
- 9/11/2013
- Archive Date
- 12/10/2013
- 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 the Walla Walla VAMC is your company? 77 Wainwright, Walla Walla, WA 99362.\ 4) can your company perform the required "chain of evidence " Urine Drug testing within the Lewiston District Problem Court's requirement of results within 24 hours of collection unless confirmation testing is required? (See draft SOW for more information) 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. Statement of Work- Veterans Drug Court Specimen collection and Reference Laboratory Testing Services Contact: 1.Contact Information: Project Scope: a.The contract shall furnish Reference Lab testing of Drug Screen testing and reflex testing required for Veterans Administration (VA) ( hereafter referred to as Government) clients enrolled in District 2 Veterans Treatment Court (Lewiston, Idaho) according to Idaho Drug Courts Guidelines and Standards and the SAMHSA (Substance Abuse and Mental Health Administration). Laboratory testing at rates specified and transmittal of results to the District 2 Veterans Treatment Court Coordinator and VA Veterans Justice Outreach Coordinator and the VA Laboratory Walla Walla WA after receipt of completed VA form 10-5345 Release of Information. b.The contract will also include VA Employee Drug collection and processing and forwarding to VA forensic test site (VA Minneapolis Minnesota) via overnight transport ( UPS or Fed EX). c.The contract will also include VA Employee or patient testing as needed for urgent testing. To include HIV, Hepatitis B surface antigen and antibody and additional testing as ordered. 2.Contractor Requirements: a.Patients enrolled in District 2 Veterans Treatment Court are directed to provide specimens and Collections will be determined by specimen requirements and testing intervals by the District 2 Veterans Treatment Coordinator and the VA Justice Outreach Coordinator. Collections will be provided by alternate vendor collection site. The patient's VA Primary Care provider or designee shall place the order/request according to guidance and consultation of the Idaho Drug court or the VA Veterans Justice Outreach Coordinator. The Reference Lab will provide courier services to pick up the specimens in a timely manner and complete testing within 24 hours unless reflex testing is needed. a.This agreement shall not be construed to obligate the government to purchase any or all reference laboratory (vendor) tests and services covered by the contract nor shall government be prevented from buying such vendor tests services from another source. b.Vendor will provide collection of VA Employee Drug screens and processing and sending via overnight transportation to VA forensic testing site in VA Minneapolis, Minnesota. c.Vendor will provide urgent testing for VA Employee and patients as required according to set billing agreement schedule. Minimum to include HIV, Hepatitis B surface antigen and Antibody testing. d.Vendor will provide educational procedural manuals and materials to the VA facilities and Laboratory. e.Records will be provided by Vendor of Clinical Laboratory Improvement Act (CLIA) accreditation and accreditation by College of American Pathologists and/ or State where testing is performed. f.Government will at least yearly review Quality and performance of Vendor. Vendor will provide documents as requested for this purpose. g.The Government is obligated only to the extent of purchases made under the contract. Government estimates, but does not guarantee, the volume of purchases through this agreement over the term of the contract. h.This agreement is effective for base plus 3 years from October 1, 2013 until September 30, 2017 and may be extended based upon mutual consent of both parties. The Government will notify Vendor of its intent to exercise the option at least thirty days prior to the expiration of the contract. This contract is subject to continued availability of Government funds. This continuation of this Agreement is possible with the extension or re-issue of the applicable contract, and shall be accomplished in accordance with Modification provisions. i.All electronic payments are net 30 days, based on the Agreement pricing. Government may utilize a payment method that is agreeable both to their operation and _______________ Laboratory. Billing will be completed via electron submission of invoice to federal On Line Credit Services. j.All changes to this Agreement shall be in writing, bilaterally, mutually agreed upon by ______________ Laboratory and the Contracting Officer. An individual location to this Agreement may NOT constructively change and/ or modify any provision of the Agreement that creates a negative impact on the intent of either party to this Agreement. k.Individuals acting within the scope of their delegated procurement authority from Jonathan M. Wainwright Memorial VAMC and associated clinics listed below are authorized to purchase under this contract: a.Veterans Affairs Justice Outreach Coordinator 1630 23rd Ave Ste 301and 401 Lewiston, Idaho 83501/ Walla Walla, WA 99362 b.VA Medical Center and its associated Community Based outpatient clinics., 77 Wainwright Dr Walla Walla, WA. l.___________________Laboratory and the VA reserve the right to terminate this Agreement upon 30 days written notice. In such case, specifics pertaining to the continuation of use and payments will revert to the terms of the contract. m. A standardized system of ordering shall be utilized at all facilities. n. Test Results shall be available minimally at least daily within 24 hours of collection of the specimen collection as completed by the Seller unless reflex testing is required. The Test reports may be available electronically; fax or hard copy sent to District 2 Veterans Treatment Court, Veterans Affairs Justice outreach Coordinator and Laboratory VA Medical Center Walla Walla, WA upon receipt of completed VA form 10-5345 Release of Information. o.Sensitive Patient Test information will have appropriate security controls according to HIPPA and VA information Security requirements including limited access and proper storage and destruction. VA form 10-5345 Release of Information must be completed before results can be released to Non-VA facilities. p.The Vendor will provide detailed invoices at least monthly with a minimum Test patient, test ordered and cost. q.Billing per contract to be monthly basis. r.Pathology and Laboratory Manager will act as Contracting Officer Technical Representative (COTR) for this contract. s.Contract to start on or around October 1, 2013 (base year) and continue for at least 3 additional option years Sept, 30 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e9471ce97c4dab4f0e802780b940668)
- Document(s)
- Attachment
- File Name: VA260-13-I-1421 VA260-13-I-1421.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=986340&FileName=VA260-13-I-1421-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=986340&FileName=VA260-13-I-1421-000.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-1421 VA260-13-I-1421.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=986340&FileName=VA260-13-I-1421-000.docx)
- Place of Performance
- Address: Walla Walla VA Medical Center;77 Wainwright;Walla Walla, WA
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN03173756-W 20130906/130904235845-8e9471ce97c4dab4f0e802780b940668 (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 |