SOURCES SOUGHT
Q -- Cytology Lab Services for San Francisco VAMC
- Notice Date
- 6/18/2020 12:23:53 PM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26120Q0727
- Response Due
- 6/25/2020 12:00:00 PM
- Archive Date
- 08/24/2020
- Point of Contact
- Larry Facio, Contracting Officer, Phone: 916-923-4553
- E-Mail Address
-
larry.facio@va.gov
(larry.facio@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY (Please read this notice in its entirety prior to responding) The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. 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 of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contracting Officer. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 06/25/2020 by 12:00 p.m. (Pacific Time). Period of Performance: 10/01/20 to 09/30/21. REQUIRED SERVICES: Contractor shall provide courier services to pick up and transport specimens to its laboratory; preanalytic processing as defined in its laboratory user s manual; analysis, reporting of analytic results, and consultation regarding selection, collection, transportation and result interpretation. Changes can be in volume of tests and test menu. Contractor shall provide laboratory services to include slides and specimen packaging and transport of slides specimens to its laboratories; pre-analytic processing as defined in its Laboratory Testing Manual; performing tests for Urinary, Pulmonary, FNA, Body Fluids, GI, Other Anatomic Pathology cases, and GYN cases. After the sample is collected, received in the Anatomic pathology laboratory, the container is labeled with patient name, accession number along with the completed requisition form with two patient identifiers, and type of tests. Make sure it has the correct patient name/identifiers, accession number and proper tests for each request. The tests requested from the laboratory Screen, stain and read GYNs Prep all body fluids of (Urinary, Pulmonary, Body Fluids, GI, other Anatomic Pathology cases) (concentrating, making smears ( 1 PAP, 1 MGG, 1 Thin Prep) CSF ( 1 cytospin, MGG) Staining FNA slides (PAP stain / MGG stain) cell block for (Urinary, Pulmonary, FNA, Body Fluids, GI and other Anatomic Pathology cases) The tests results from the laboratory will be reviewed by Attending Pathologists to finalize diagnosis for VA patients. SCOPE OF WORK Contractor shall provide courier services to pick up and transport specimens to its laboratory; preanalytic processing as defined in its laboratory user s manual; analysis, reporting of analytic results, and consultation regarding selection, collection, transportation and result interpretation. Changes can be in volume of tests and test menu. The contractor shall provide the following services: Provide all necessary supplies, not limited to the following: Requisition forms Special instructions Current list of tests with reference ranges and specimen requirements Specimen carriers All forms, including Chain of Custody forms Special media or tubes for viral samples All supplies for special tests (e.g., but not limited to, viral studies) Provide specimen pick up courier services as defined in the contract. Transport samples in such a manner as to ensure the integrity of the specimen. Contractor shall supply any special preservatives required for specimen preservation. Analyze samples. Routine test results shall be faxed and reported within 2 to 3 days of specimen testing. Consult with Laboratory on test results by telephone as needed. Provide VAMC Laboratories with a means of communication to permit immediate inquiry regarding the status of pending tests. Billing is on a monthly basis and shall begin the first day of the month and include the last day of the month. LICENSING AND ACCREDITATION. Contractor shall have all licenses, permits, accreditation and certificates required by law. Contractor shall be accredited by the College of American Pathologists (CAP). Contractor shall be accredited by Centers for Prevention and Disease Control (CDC) under CLIA if contractor is engaged in interstate commerce. Laboratory Director shall be a licensed American Board of Pathology certified pathologist or appropriately certified cytotechnologist. SPECIMEN PICK-UP TIMES. Routine. The Contractor shall provide routine scheduled specimen pickup at a time mutually agreed upon by the VA COR at least twice a week or as requested by COR or POC at SFVA Anatomic Pathology. The VA COR or designee shall notify the Contractor during weekends (if not already scheduled) and federal holidays, via telephone, when a pick-up courier is required. STORAGE OF SPECIMENS. The Contractor shall store all specimens as required by regulatory agencies (RA) Upon request by the VA COR or designee, the Contractor shall provide a copy of the regulatory requirements for each participating RA. All the specimens and slides need to be submitted to VAMC after the testing. Contractor shall advise facility of any changes in methodology, procedure, reference ranges, delays in testing, and any new tests introduced within a timely manner and prior to changes are made. In the event that the contractor changes the assay procedure of a critically important component of an assay (e.g., and antibody, purified antigen, etc.), the contractor shall notify the VA COR prior to the intended change and provide documentation that the quality and efficacy of the test will remain unchanged or be improved when desirable for all tests. All new tests shall have CPT codes and LIONC coding. Changes in the assay materials or procedure 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 CO/COR. If it is deemed that the removal of the test from the test menu is required, due to any changes by the contractor, then it will be communicated by the CO, COR or designee. Estimated Volume: below are estimates based on recent history. Type of Lab Service Qty Screen, stain and read GYNs 80 Prep fluids (concentrating, making smears ( 1 PAP, 1 MGG, 1 Thin Prep) 193 CSF (1 cytospin, MGG) 5 Staining FNA slides (PAP stain / MGG stain) 85 Cell block 4100 Other Type of Service Qty Courier service - expect twice a week pickup and twice a week delivery. 65 Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought SFVAMC Cytology Lab Services At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 621511 ($35 Million). 5. Provide a summary of the type of services performed and experience as it relates to cytology laboratory and analysis services. 6. DUNS Number 7. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award. As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The anticipated need for the Health Care Systems may be significant, and the needs may change significantly over the course of the next few weeks and months. Contractors must be able to quickly identify, screen, and process employees for rapid on-boarding with the healthcare facilities identified. Contractors must be able to quickly adapt to changing needs.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/65a961ceb6ce4e22b200bf6447a48b4d/view)
- Place of Performance
- Address: San Francisco Veterans Affairs Medical Center
- Record
- SN05696276-F 20200620/200618230203 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |