Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOURCES SOUGHT

R -- Reference Clinical Laboratory Services for the National Institute on Aging Clinical Unit

Notice Date
8/22/2018
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(AG)-SBSS-18-492
 
Archive Date
9/15/2018
 
Point of Contact
Yvette Brown, Phone: 3014438402
 
E-Mail Address
Yvette.Brown@nih.gov
(Yvette.Brown@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE Solicitation Number: HHS-NIH-NIDA(AG)-SBSS-18-492 Title: Reference Clinical Laboratory Services for the National Institute on Aging Clinical Unit NAICS Code: 621511 - Medical and Diagnostic Laboratories Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. BACKGROUND The NIA Intramural Research Program (IRP) Clinical Research Core (CRC) seeks to elucidate normative values and separate normal aging findings from disease states in aging in an effort to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the NIA IRP. The CRC performs research in various protocol studies that have direct clinical applications to human aging and disease states. NIA recruits voluntary participants to take part in the various research protocol studies performed by the CRC staff. The NIA CRC requires reference clinical laboratory services that provide tests results of participant specimens, some required with a short turnaround time. The lab results must be provided with a short turnaround time because the test results determine which research tests may be performed safely on the participants. For some research tests, the lab tests are taken and results provided on the same day. The lab results become official documentation of the participant's medical record. PURPOSE AND OBJECTIVES The purpose of this acquisition is to obtain reference clinical laboratory services for the NIA clinical unit located at Medstar Harbor Hospital in Baltimore, Maryland. PROJECT REQUIREMENTS The Contractor shall be responsible for performing pre-analytic processing, analysis, and result interpretation for clinical and anatomical pathology specimens as requested by the NIA Clinical Unit physicians. Services shall include the transportation of clinical laboratory specimens to the contractor's laboratory(ies) if off-site from the NIA Clinical Unit (including providing the shipping/pickup containers), the performance of analytical testing as defined by the Contractor's reference test manual, the reporting of analytical test results and consultative services as required to assimilate the full scope of its laboratory operations to the ordering facility. Specific Requirements: •Specimen Pick-up: The NIA clinical unit staff will send reference specimens to the laboratory on a daily basis. Lab services are not required on New Year's Day, Independence Day, Thanksgiving Day, and Christmas Day. •Turnaround Time (TAT): Laboratory shall deliver or transmit results of a routine nature (general routine chemistries) to NIA within specified timeframe (to be determined upon award). Some lab results to be provided to NIA on the same day the specimen is received by the Laboratory's testing facility. The Laboratory shall make reasonable efforts to transmit or deliver results of tests performed on specimens of a special nature (special chemistries, tissues, etc.) to NIA within the times set forth in Laboratory's then current turn-around-time schedule. •Specimen Collection and Handling Requirements - Price list must indicate whether test demographic information is available upon request in either hardcopy or electronic format, listing any e-mail addresses or web links necessary to obtain the Requirements. •Sample Preparation: Each ordering activity will prepare (collect and handle) and package laboratory specimens in accordance with the requirements defined in the Contractor's commercial specimen collection guide. The packaging and transportation procedures must be of a quality that ensures the integrity of the specimen throughout the shipment process. •Proper tracking of specimen: Tracking must be maintained from the initial pickup/shipping of the specimens from the ordering activity throughout the testing process at the Contractor's laboratory. •Consultation: Laboratory staff shall be available to consult with NIA in person or by telephone during normal Laboratory working hours to discuss laboratory procedures and to provide the status of test results. The Contractor shall provide telephone number(s) and contact personnel to be used by the ordering activity to address questions regarding their commercial services. The Contractor shall include names and telephone numbers of technical directors and pathologists available for consultation. •Testing: The testing methodology and reference ranges for a test must be defined in the laboratory user manual. The Contractor shall advise facility of any changes in methodology, procedure, reference ranges and any new tests introduced no later than two weeks prior to test change implementation. In the event that the Contractor discontinues and/or substitutes a new test, the Contractor shall notify the NIA Project Officer prior to the intended change. Any such change may be sufficient cause for changing to an alternate contractor for the assay(s) for the duration of the contract at the sole discretion of the Project Officer. All clinical reference laboratory testing shall be executed in accordance with standard industry practices. All test methods shall be FDA approved. Any non-FDA approved method being performed shall have a documented validation plan. Upon request the validation plan and validation results shall be made available. Test Result Reporting: A report is defined as a final copy of laboratory testing results. This report shall be received by remote terminal where applicable. If results are previously telephoned, the report must include the name of the individual notified of the results. Each test report shall include all information as required by Regulatory Agency Requirements. Contractor shall provide test results via one of the following methods: 1. In-person 2. Fax transmission 3. The contractor shall provide laboratory results by the below methods: a)Access to the Contractor's computer system by the ordering facility, i.e. web-site, installation of software on the Government computer, installation of Contractor hardware with required software; b)Inter-connectivity between Contractor computer system and Government computer system, i.e. results are automatically transmitted from the Contractor computer directly into the Government computer system without human intervention (i.e. HL7 Transfer). c)Ensure electronic transmission and technical details of security settings provided by NIA. d)Lab results are available electronically and provide ability to generate reports. All completed and/or partial test results shall be reported to the ordering activity within awarded Turnaround Time (TAT), except where specified. Contractor shall provide all required hardware and software (including installation) and related consumable supplies to support the transmission of electronic data for each ordering activity at no additional charge. Any necessary "additional required connections" shall be the responsibility of the contractor. All equipment, software and hardware remain the property of the contractor. •Critical Tests: The Contractor shall immediately telephone the NIA physician or requesting Clinician to report Critical Value or test result that may indicate a life-threatening condition. Appropriate notification information will be provided at the time of task order award. •Procedure Guidance: The Contractor shall make available either through its electronic catalog or upon request the following information: oSpecimen collection and handling requirements oTest reference intervals adjusted for ages, sex, or race, when required oTest specific sensitivity, specificity, and interferences, when required oResult code (electronic transmissions only) oTest critical values, if any oLocation of test performance by test name (i.e. name of primary laboratory, name of separate branch division of primary lab, name and address of secondary/subcontracted laboratory must be cited) •Documentation: The Contractor shall ensure that all required documentation is, at a minimum, timely, legible, and accurate. Contract personnel shall indicate responsibility for the content and accuracy of all prepared and transcribed reports. The Contractor shall have a system in place to identify the personnel performing the test analysis. •Retention of Specimens: Upon completion of the testing, the Contractor shall retain all specimens as required by regulatory agencies. •Utilization Reports: The Contractor, upon request, shall provide to each ordering activity at a minimum, the utilization reports customarily provided to commercial customers. The report shall at minimum identify the test code, test name, YTD volumes, unit cost, YTD expenditures, and turnaround times. •Price List: The price list shall include Medicare allowable costs. •Contract Quality Assurance/ Quality Control: The Contractor facilities, test methodologies (defined as the principle of the method), validation studies, and quality control information may be examined by representatives of the Government at any time during the life of the contract. The Contractor shall comply with all applicable OSHA, Federal, State, laws, and regulations as required for performing the type of services required. •HIPAA Compliance: The contractor shall be a "covered entity" under the Health and Portability and Accountability Act of 1996 (HIPAA) and agree to comply with the requirements thereof, as well as all other applicable laws and regulations pertaining to patient privacy. •Licensing and Accreditation: Only fully licensed/accredited laboratories actively engaged in providing the specific services and laboratory testing outlined in this solicitation will be considered. The Contractor must continuously hold a Certificate of Compliance or Certificate of Accreditation from the Centers for Medicare and Medicaid Services as meeting the requirements of the Clinical Laboratory Improvement Amendments of 1988 or must demonstrate accreditation by a regulatory agency with deemed status from the Centers for Medicare and Medicaid Services, e.g. The College of American Pathologists, and/or other state regulatory agencies, as appropriate, and as 02b - Statement of Work RFP-797-FSS-04-0001-R23 mandated by federal and state statues. The Contractor must maintain valid certifications throughout the performance period of this contract. The Contractor shall provide a copy of all relevant permits/licenses and certifications inclusive of any sanctions current or pending throughout the United States of America prior to contract award. In addition, the Contractor shall be responsible for providing a written guarantee or evidence that all subcontractors have appropriate licensure and accreditation to perform tests that the primary contractor cannot perform prior to contract award. The Contractor shall maintain current accreditation and notify the Contracting Officer of any lapse in state license, CLIA certification, or clinical pathology certification. The Contractor shall provide a copy of the renewed licenses/certificates to the Contracting Officer before expiration. Immediate (within 24 hours) notification must be given to ordering activity upon adverse action by a regulatory agency. •Malpractice Liability Insurance: Malpractice liability insurance shall be by a commercial insurance company in the business of providing the required insurance coverage of not less than $1,000,000.00 per occurrence. The Contractor shall provide a copy of the Medical Malpractice Insurance Certificate before award of the contract. The Contractor shall notify the contracting officer in writing of any malpractice investigation or licensure or certification suspension which concerns the Contractor or any employees, within 24 hours of notification of an investigation or suspension. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is from October 15, 2018 through June 30, 2019. CAPABILITY STATEMENT/INFORMATION SOUGHT All responsible sources may identify their interest and provide capability statements in response to this notice. Respondents to this notice must provide, as part of their response, a capability statement to include the following: (1) information regarding the respondents' (a) staff expertise, including their availability, experience, and formal and other training related to the scope of this requirement; (b) current inhouse capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and, (e) examples of prior completed Government contracts, references, and other related information; (2) respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.), pursuant to the applicable NAICS code; and, (3) any other information that may be helpful in developing or finalizing the OPDIV's acquisition requirement. Respondents should provide responses accordingly: (1) submit information electronically by email. No mail, telephone or facsimile responses will be accepted; (2) format capability statements using Microsoft Word or Adobe PDF including attachments, resumes, charts, etc. Use single space, 12 font minimum and 8.5 x 11 size paper; (3) organize material in such a manner that clearly identifies and addresses capability requirements and provide an executive summary; (4) capability statement should not exceed ten (10) single sided pages including references; (5) RESPONSES SHOULD BE RECEIVED NO LATER THAN 4:00 PM EASTERN TIME ON Friday, August 31, 2018; (6) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses; and (7) send responses to this notice via email to yvette.brown@nih.gov. DISCLAIMER AND IMPORTANT NOTES This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any nonproprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(AG)-SBSS-18-492 /listing.html)
 
Place of Performance
Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05050851-W 20180824/180822231303-791cf990646c6b7693591b7fc8e494c9 (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.