Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2019 FBO #6432
SOLICITATION NOTICE

Q -- Prognostic Molecular Test for Prostate Cancer

Notice Date
7/2/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0914
 
Response Due
7/11/2019
 
Archive Date
8/10/2019
 
Point of Contact
won.chae@va.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number 36C26219Q0914 is issued as a Request for Quotation (RFQ). The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2005-95, January 19, 2017. This solicitation is intended to award a contract through full and open competition. The associated NAICS Code is 621511. The Government is seeking to acquire a reference laboratory for a prognostic molecular test for prostate cancer as described in below Statement of Work (SOW): Background. The contracted reference laboratory (Contractor) shall process the specimens and/or perform analytical testing as defined by the Contractor's reference test manual, report analytical test results, and provide consultation services as required. All terms, conditions and requirements defined herein shall apply to any laboratory (i.e., branch, division, sub-contractor, etc.) performing reference testing on behalf of the Contractor. Scope. The contractor shall perform services for VA San Diego Healthcare System, San Diego, California. This procurement is for a prognostic molecular test for prostate cancer. This test is critical to an existing VA San Diego patient s course of treatment. Specific Tasks. Sample Processing The VA Laboratories will provide specimens properly prepared, identified and labeled for testing. The Contractor shall provide at no additional charge an adequate supply of specimen collection materials dictated by the commercial reference laboratory's specimen collection requirements, for example, dry ice, stabilizing tablets, ice packets, etc. The Contractor shall process specimens a manner that ensures their integrity. Material Safety Data Sheets shall be provided as appropriate for supplies containing hazardous chemicals (e.g., boric acid tablets, acids). Transportation The VA Laboratories will transport specimens via UPS. The Contractor will provide shipping and transport instructions to maintain specimen integrity. Specimen Testing The Contractor shall provide timely and appropriate testing of patient specimens, as detailed in the Reporting Results section. Specimen Storage The Contractor shall store the specimens a minimum of seven days after the test is reported in the event that subsequent action is required (i.e., problem solving and/or repeat testing). Reporting Results A report, defined as a printed final copy of laboratory testing results, shall be transmitted to the ordering laboratory by faxing to a secure fax machine. Test report shall at minimum contain the following information: Patient's name and/or identification number VA accession number if provided by the laboratory Physician's name if supplied Medical record number or laboratory accession number if supplied Patient's location (clinic/ward) if supplied Test ordered Date/time of specimen collection when available Date/time test completed Test result Reference intervals Toxic and therapeutic ranges if applicable Flagged abnormal Critical value Reference laboratory specimen number Name and address of testing laboratory if other than Contractor Other information the laboratory has that may indicate questionable validity of test result. Unsatisfactory specimens shall be reported with documentation supporting unsuitability for testing. Specifications Licensures Only fully licensed/accredited laboratories actively engaged in providing the specific services and laboratory testing outlined in this solicitation shall be considered. The Contractor shall be licensed/accredited by the College of American Pathologists (CAP), the Nuclear Regulatory Commission, Center for Disease Control, Medicare and other state regulatory agencies as mandated by Federal and State statutes. In addition, the laboratory shall be certified as meeting the requirements of the Clinical Laboratory Improvement Act (CLIA) of 1988 and shall comply with the National Standards to Protect the Privacy of Personal Health Information in accordance with Health Insurance Portability and Accountability Account of 1996 (HIPAA). In response to this solicitation, the Contractor shall supply copies of all relevant permits/licenses and certification inclusive of any sanctions current or pending throughout the United States of America. In addition, as these documents are reissued or reworded, the awarded Contractor shall supply a copy to the Contracting Officer. This documentation shall also be supplied for each reference laboratory that is a subcontractor of the primary Contractor. The Contractor shall ensure that each facility is in compliance with the College of American Pathologists (CAP) standards, Clinical Laboratory Improvement Amendments (CLIA) standards, and VHA Directive 1106 and VHA Handbook 1106.01, Attachments B and C respectively. General Test Information. The following general test information shall be provided with the Contractor's offer in hard copy test catalog format and available on CD-ROM format as requested: Requisition form requirements Alphabetized test name list Reference lab test number Specimen collection requirements Test method used (indicate if performed in duplicate) Test reference intervals Test critical values, if any Policy for critical value notification CPT coding LOINC codes Test turnaround times (minimum and maximum times), where the turnaround time is defined as the time between arrival of the specimen by the Contractor and receipt of results by the ordering VA facility. Frequency of test performance (specific days of the week) Location of test performance by test name, i.e., name and address of primary laboratory, name of separate branch/division of primary lab, name and address of secondary (sub- contracted) lab if applicable The Contractor shall notify the Contracting Officer and the Contracting Officer Technical Representative (COTR) when any modifications to this information occur. Performance Monitoring The Contractor shall furnish a monthly exception report and turn-around-times will be monitored as part of VA San Diego quality assurance plan. Security Requirements The Contractor shall be responsible for the security and integrity of specimens and for compliance with all Health Insurance Portability and Accountability Act (HIPAA) requirements. The Contractor shall also be responsible for ensuring the proper credentialing of its employees who interact with personnel. Additionally, the Contractor shall adhere to all Information Technology Security requirements as set forth in VA Handbook 6500.6, Attachment D, and shall adhere to Appendix C and Appendix D and submit proper documentation as required. The selected reference laboratory(ies) shall assume full liability for the samples and data at the time of receipt. The Contractor shall use reasonable and appropriate safeguards to prevent use or disclosure of protected health information (PHI) not provided for by this solicitation. Within 24 hours of the Contractor becoming aware of a HIPAA violation involving electronic transactions, paper labels and code sets, privacy, security or standard identifier, or disclosure of PHI not provided for by this solicitation, the Contractor shall report violations to the proper authorities identified in VA Handbook 6500.6. The C&A requirements do not apply and that a Security Accreditation Package is not required. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 9. Other Pertinent Information or Special Considerations. N/A 10. Period of Performance. One Year (on an as needed basis) 11. Place of Performance: VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 12. Invoicing. The Contractor shall submit a monthly invoice for services rendered no later than 21 days following the close of the month in which the test result was reported. The invoice shall be checked for accuracy and shall display chronologically by date of Contractor receipt the name of the patient, the date of specimen collection by the Contractor, details of the test performed on each patient, and the unit and total testing costs. The Contractor shall not charge for repetitive testing performed on a specimen to verify questionable initial results. Use obligation number for payment processing. All invoices must be submitted via Tungsten at: http://www.tungsten-network.com/veterans Tungsten Phone: 1(877)353-9791. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price technically acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The full text of a clause may be accessed electronically at the following:Cannot IBR http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following clauses also apply: 52.217-8 -- Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. (End of Clause) 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Aug 2013 52.232-33 Payment by electronic funds transfer system for award management Jul 2013 52.252-2 Clauses incorporated by reference Feb 1998 52.232-40 Providing accelerated payments to small business subcontractors Dec 2013 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 852.203-70 Commercial advertising Jan 2008 852.232-72 Electronic submission of payment requests Nov 2012 852.237-70 Contractor responsibilities Apr 1984 All offeror quotes for this solicitation must be received electronically through email to Won Chae at won.chae@va.gov no later than July 11, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q0914 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email to Won Chae at won.chae@va.gov no later than July 8, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q0914 within subject line of the email.Change dates NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0914/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
Country: US
 
Record
SN05358947-F 20190704/190702230037 (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.