DOCUMENT
Q -- Comprehensive Urine Drug Testing - Attachment
- Notice Date
- 12/23/2014
- Notice Type
- Attachment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Veterans Affairs Rome CBOC;125 Brookley Rd, Room 1258;Rome NY 13441
- ZIP Code
- 13441
- Solicitation Number
- VA52815R0066
- Response Due
- 1/2/2015
- Archive Date
- 3/3/2015
- Point of Contact
- Charlene P. Booth
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Purpose and Objectives The intent of this Sources Sought Notice is to identify potential offerors capable of providing Urine Drug Testing for Clinical medication monitoring utilizing Liquid Chromatography-Tandem Mass Spectrometry (LC-MS/MS) quantitative testing with an estimated sample volume of 15 /month for Buffalo NY and 5 per month for Albany NY. The contractor shall be required to perform the following tasks: 1.Scope The contractor shall provide referral laboratory services to include: a.Utilizing a single patient sample, perform quantitative testing using Liquid Chromatography-Tandem Mass Spectrometry (LC-MS/MS) methodology of medications typical for pain, as well as adjunct new generation medications (SSRI's) and emerging recreational drugs (bath salts, spice compounds) without the use of an immune assay screening methodology. b.Testing to include, but not limited to, common drugs in the following classes: Natural, semi-synthetic and synthetic opioids; Benzodiazepines; tricyclic antidepressants; serotonin uptake inhibitors; stimulants; barbiturates; illicit drugs c.All supplies necessary for collection of patient urine specimens d.All supplies needed to transport samples from the sites to the testing facility including pre-paid shipping labels. e. Pre-analytic processing, analysis and reporting of analytic results f.Report delivery by fax to the ordering site within 5 business days of receiving sample. g.Reports to include i.Patient's full name and 2nd identifier ii.Date sample is collected/received by vendor /tested and completed iii.Requesting provider and facility name iv.Vendor contact information for questions v.all numeric results vi.consistencies and inconsistencies with prescribed medications vii.a graphic view of the patient's previous specimens tested. viii.Expected detection limits for each analyte ix.Specimen validity testing results h.Phone consultation services with a toxicologist for result interpretation. i.Monthly invoices detailing patients tested. 2.Task Identification The Contractor shall provide all supplies, labor, or equipment necessary for sampling and transporting, as well as all management, tools, supplies, equipment, and labor necessary to test, track, and report all findings for each sample collected and sent for testing. 3.Performance Monitoring The Government will periodically evaluate the Contractor's performance by appointing a representative(s) to monitor such performance and ensure services are received. The Government representative will evaluate the Contractor's performance through inspection of reports and invoices to ensure that contracted services are adequate. 4. Other Pertinent Information or Special Considerations. Contractor shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements. All licenses and permits shall be kept current throughout the period of performance of the contract. The Contractor shall provide the Government copies of such certificates. CLIA, CAP and NYSDOH The contractor must have the skills, certification, and experience to be qualified to perform the tasks of Urine Drug Testing for Clinical medication monitoring utilizing Liquid Chromatography-Tandem Mass Spectrometry (LC-MS/MS) quantitative testing. Certifications and/or training records may be requested. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the tasks. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business and/or Veteran Owned Small Business set asides. However, if response by either of these firms' types proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541380. Any offeror capable of providing this service shall notify the Contracting Officer by email within 10 calendar days from the date of the publication of this synopsis. (i.e. no later than January 02, 2015, 2:00 PM EST). All information is to be submitted via e-mail to: Charlene.booth@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815R0066/listing.html)
- Document(s)
- Attachment
- File Name: VA528-15-R-0066 VA528-15-R-0066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1787624&FileName=VA528-15-R-0066-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1787624&FileName=VA528-15-R-0066-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-15-R-0066 VA528-15-R-0066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1787624&FileName=VA528-15-R-0066-000.docx)
- Record
- SN03603915-W 20141225/141223235007-2c3d42c2d363c971137d2302307473b3 (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 |