Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2019 FBO #6449
SOURCES SOUGHT

Q -- Reference Laboratory Blood Donor Testing at the Captian James A Lovell Federal Health Care Center located in North Chicago, IL.

Notice Date
7/19/2019
 
Notice Type
Synopsis
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25220Q0009
 
Response Due
7/26/2019
 
Archive Date
8/25/2019
 
Point of Contact
Matthew.Zawada@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought Synopsis The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support a requirement for reference lab blood donor testing services for the Captain James A Lovell, Federal Health Care Center in North Chicago, IL. The result of this market research may contribute to determine the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621511 Laboratory Testing Services, Medical. THERE IS NO SOLICIATION AT THIS TIME. This request for capability information does not constitute a request for quotes; submission of any information in response to this market survey is purely voluntary; the Government assumes no finical responsibility for any costs incurred. Tentative Requirements: Provide blood donor panel testing services. A full list of the types of testing can be found under the estimated annual quantity section (below). All testing shall take place in a reference laboratory that holds current and activate accreditations from the Food and Drug Administration (FDA), College of American Pathologists (CAP), Clinical Laboratory Improvement Amendments (CLIA), and American Association of Blood Banking (AABB). Service Type Estimated Annual Quantity: The following tests have an estimated usage of 6,500 test per year: 86709 (HIV), 87340 (Hep B Surface Antigen), 86704 (Antibody to Hep B Core Antigen), 86790 (Antibody HTLV1/HTLV 2), 86592 (Serologic Test Syphilis), 86803 (Antibody to Hep C Virus 2.0), 86900/86901 (Abo & Rh Typing NAT Testing HIV, HCV, HBV Red Cell Allo-Antibody Screen), 86644 (Anti Cytomegalovirus EIA Screen), Chagas, IDT for West Nile Virus, Zika IVD by IDT. The following tests have an estimated usage of 2,860 tests per year: Anti-A/Anit-B Titer Testing 1:150 Dilution. If your organization has the potential capacity to perform these contract services, please provide the following information 1) Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort and documentation supporting current and active accreditation from the organizations listed in the tentative requirements section. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market research information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs), small business or procured through full and open competition. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and in and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any large or small business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VAs Subcontracting Compliance Review Program. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by NOON on Friday, July 26, 2019. All responses under this Sources Sought Notice must be emailed to Matthew.Zawada@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-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/VAGLHS/VAGLHCS/36C25220Q0009/listing.html)
 
Place of Performance
Address: Captain James A Lovell;Federal Health Care Center;3001 Green Bay Road;North Chicago, IL
Zip Code: 60064-3048
Country: USA
 
Record
SN05375718-F 20190721/190719230021 (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.