SOURCES SOUGHT
Q -- Medical Laboratory Services
- Notice Date
- 10/30/2019
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO UT P&C, PO BOX 2000, DRAPER, Utah, 84020-2000, United States
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP-20-R-0002
- Archive Date
- 11/21/2019
- Point of Contact
- John B. Merlette, Phone: 8014324145
- E-Mail Address
-
john.b.merlette.mil@mail.mil
(john.b.merlette.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Property and Fiscal Office (USPFO) for Utah is seeking sources for medical testing, laboratory work, and other related services. Contracting Office Address: Utah National Guard, USPFO-UT, Purchasing and Contracting Office, 12953 S Minuteman Drive Draper, Utah 84020. Introduction: This is a SOURCES SOUGHT notice to determine the availability and technical capability of small businesses (to include the following subsets, Small Disadvantaged Businesses (SDB), HubZONE, Certified 8(a), Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Woman Owned Small Businesses) to provide medical testing, laboratory work, and other related services for the Utah National Guard located at Camp Williams in Bluffdale Utah. Disclaimer: This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract or BPA as a result of this announcement. Any information submitted by respondents to this notice is considered voluntary. Required Capabilities: Interested offerors are requested to submit a maximum ten (10) page statement of their company's capabilities and expertise with respect to the following: 1. Capability of the Contractor to provide supervision, all labor, tools, materials, equipment, and incidentals required to conduct clinical lab services and deliver results. 2. Capability of Contractor to ensure all procedures are conducted in accordance with applicable U.S. Department of Labor, Occupational Safety and Health Administration (OSHA), Centers for Medicare and Medicaid Services (CMS) under the Clinical Laboratory Improvement Amendments of 1988 (CLIA), and Health Insurance Portability and Accountability Act (HIPAA) of 1996(P.L.104-191) Standards. 3. Capability to ensure all clinical laboratory services are performed by a laboratory licensed through the U.S. Department of Health and Human Services (DHHS), Health Care Financing Administration pursuant to the terms of the Clinical Laboratories Improvement Act of 1967 (42 U.S.C. 263a) and the College of American Pathologies. 4. Capability of the Contractor to conduct routine pickups as well as emergency pickups of specimens at Camp Williams Utah located in Bluffdale, Utah. 5. Any other relevant information that is not listed herein upon which the Government should consider in developing its minimum specifications and finalizing its market research. 6. Ability to ensure one (1) copy of the Soldier’s examination/screening/findings is furnished to the Utah Army National Guard (UTARNG) Medical Detachment within three days via digital format and fax. 7. Required Testing (must be capable of doing all the relevant testing listed) 1. Comprehensive Metabolic Panel: comprised of glucose, calcium, pre-albumin, albumin, sodium, CO2, potassium, chloride, blood urea nitrogen (BUN), creatinine, alkaline phosphatase (ALP), alanine amino transferase (ALT), aspartate amino transferase (AST), and bilirubin. 2. Lipid Panel: comprised of total cholesterol, triglyceride level, HDL level, LDL level, Very low density lipoprotein (VLDL) level, ratio of total cholesterol to HDL, ratio of LDL to HDL. 3. CBC with differential comprised of White blood cell count, white blood cell types, red blood cell count, hematocrit, hemoglobin, red blood cell indices, platelet count, mean platelet volume. 4. CBC without differential and platelet 5. Prostate Specific Antigen (PSA) 6. Blood Typing 7. Hemoglobin A1C 8. Blood Glucose 9. Free thyroxine (FT1 or FT4) 10. Urine Microscope and Specific Gravity 11. Stool Guaiac (fecal occult blood test) 12. Sickle Cell Screen 13. G6PD (Glucose-6-phosphate dehydrogenase deficiency) – malaria prophylaxis screening 14. Varicella Titer 15. Thyroxine (T4) 16. Thyroxine (T4) Free, Direct 17. Hgb Solubility 18. Venipuncture 19. TSH 20. Ceruloplasmin 21. Triiodothyronine (T3) 22. PTH, Intact 23. Hepatitis Panel 24. Eosinophil Count, Nasal 25. Pap Smear 1 slide w Mat 26. Pap Smear, 1 slide 27. RPR Test 28. Uric Acid, Serum 29. Renal Panel 30. Holter Analysis Only 31. Holter Cardiologist Overread 32. Holter Recorder and Disposable Supplies, One-time Use and Analysis; 33. 24 Hour ABP One Time Use 34. 30 Day Transtelephonic Event Monitoring 35. 12 Lead ECG – Tracing with Computer Analysis 36. Urine Culture and Sensitivity 37. 24 Hr Urine Calcium 38. 24 Hr Urine Phosphate (Phosphorus) 39. 24 Hr Urine Uric Acid 40. 24 Hr Urine Creatine 41. Urine Culture, Routine 42. Kidney Stone, Urine/Sa 43. UA/M w/rflx Culture, R 44. Sedimentation Rate-wes 45. C-Reactive Protein, QU 46. Hepatic Function Panel 47. Hematocrit 48. hCG,Beta Subunit,Qual,Serum 49. hCG,Beta Subunit, Qnt, Serum 50. Urine HCG 51. Drug and Alcohol testing 52. Blood HCV Screening 53. Measles, Mumps, Rubella Immunity Profile 54. Polio virus antibody immune status 55. Lead, blood adult 56. Testosterone, free and total 57. Testosterone, Serum 58. Zinc, Whole blood 59. Zinc, plasma serum Sources Sought: The anticipated North American Classification System Code (NAICS) for this requirement is 621511 Medical Laboratories with the small business size standard being $32.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provided the required services under the NAICS Code identified. The current intent is to establish one or more Blanket Purchase Agreements (BPA's) against which future BPA calls would be issued to support future training and certification requirements. The current intent is to establish the firm-fixed price (FFP) BPA for a base period of five (5) years. The Government would only be obligated to the extent of authorized BPA calls actually made against the agreement. To assist the USPFO-UT P&C Office in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use Joint Venturing (JV) or partnering to meet the medical laboratory testing requirements. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small business concerns must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address 2) Name of company representative and their business title 3) Type of Small Business 4) Cage Code 5) Contract vehicles that may be available to the Government for the procurement of the services required, to include any other Government Agency contract vehicles. (This information is for market research only and does not preclude your company from responding to this notice.) Contractors who wish to respond to this notice should send responses via email NLT November 6, 2019 at 1:00PM Mountain Standard Time (MST) to john.b.merlette.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed herein. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6b29c37d3af2dcd989fb4dec4ad45839)
- Place of Performance
- Address: Army Garrison Camp Williams (AGCW) 17800 Camp Williams Road, Bluffdale, Utah, 84065, United States
- Zip Code: 84065
- Zip Code: 84065
- Record
- SN05485686-W 20191101/191030230445-6b29c37d3af2dcd989fb4dec4ad45839 (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 |