SOURCES SOUGHT
B -- Array Services DNA Sampling IAW the Statement of Work
- Notice Date
- 7/20/2022 1:25:56 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
- 36C26122Q0871
- Response Due
- 7/25/2022 11:00:00 AM
- Archive Date
- 07/27/2022
- Point of Contact
- John Da Silva, Contracting Officer, Phone: 925-372-2000
- E-Mail Address
-
John.Dasilva@VA.gov
(John.Dasilva@VA.gov)
- Awardee
- null
- Description
- STATEMENT OF WORK Type of Service: DNA Processing Service for Saliva Sample Data . Period of Performance: Base year: 09/01/22 08/31/23 COR: LaRoman Green Scope of work Contractor will process DNA from saliva samples collected at VA Palo Alto War Related Injury and Illness Study Center. Contractor will process 412 samples. DNA processing services are Global Diversity Array (GDA) and Methylation EPIC, which requires 70ul @ 40ng/ul per sample. Contractor will require that samples be received in barcoded 96 well plates that Contractor team will send to the VA. Contractor will return the plates after running the saliva samples in lab but cannot guarantee that there will be saliva samples left from what was sent. To ensure VA retains saliva samples for processing in the future, such as whole genome sequencing, Contractor will receive only the saliva samples that are needed for array genotyping. Contractor will order the chips once they have a PO in hand and it will take 4-6 weeks to get the chips manufactured. Contractor will run 412 samples on both arrays for 5 weeks from samples and array receipt. The entire process adds up to approximately 10-12 weeks from a PO signature. Contractor will deliver the data via secure FTP site, secured and HIPAA compliant Box, or S3 bucket. Contractor Responsibilities: Performance Standards, Quality Assurance and Quality Improvement The Government reserves the right to refuse acceptance of Contractors at any time after performance begins, if personal or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by patient or other staff members to designated Government representatives. Standards for conduct shall mirror those prescribed by current federal personnel regulations. The CO and COR shall deal with issues raised concerning Contractors conduct. The final arbiter on questions of acceptability is the CO. The CO shall resolve complaints concerning Contractor and/or Contractors relations with the Government employees or patients. The CO is final authority on validating complaints. In the event that The Contractor is involved and named in a validated patient complaint, the Government reserves the right to refuse acceptance of the services of such personnel. This does not preclude refusal in the event of incidents involving physical or verbal abuse. Quality Improvement: Contractors shall participate in Quality Improvement, and Performance Improvement activities with staff as required by Joint Commission (or equivalent), and directed by Chief of Service or Chief of Staff or designee. The Government may evaluate the quality of professional and adminĀ·1strative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment), in accordance with Federal Acquisition Regulation (FAR) 37.401(b). Contract personnel shall be subject to Quality Management measures, such as patient satisfaction surveys, timely completion of medical records, and Peer Reviews. In order to adequately document services provided under this contract, a record keeping system of Contractor work hours shall be established and implemented by the COR. The COR is responsible for verifying the number of actual hours worked by each contract person through medical records and/or other appropriate methods and certifying payment of each hour worked. Documentation of actual work hours must be sufficient to ensure proper payment and allow audit verification that services were provided. Moreover, the COR shall monitor the response of contract personnel to all VA calls/pages and requests for callback. Government Responsibilities Oversight of Service/Performance Monitoring: Contract Administration After award of contract, all inquiries and correspondence relative to the administration of the contract shall be addressed to: The COR for this contract is: Name: LaRoman Green Email: laroman.green@va.gov CO Responsibilities: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue any modification to include (but not limited to) terms affecting price, quantity or quality of performance of this contract. The Contracting Officer shall resolve complaints concerning Contractor relations with the Government employees or patients. The Contracting Officer is final authority on validating complaints. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. In the event that contracted services do not meet quality and/or safety expectations, the best remedy will be implemented, to include but not limited to a targeted and time limited performance improvement plan; increased monitoring of the contracted services; consultation or training for the contract staff to be provided by the VA or the contract agency as indicated; replacement of the contract staff and/or renegotiation of the contract terms or termination of the contract. COR Responsibilities: The COR shall be the VA official responsible for verifying contract compliance. After contract award, any incidents of Contractor or Contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COR will be responsible for monitoring the Contractors performance to ensure all specifications and requirements are fulfilled. Quality Improvement data that will be collected for ongoing monitoring includes but is not limited to: enter data that may be collected. The COR will maintain a record-keeping system of services by reviewing the QASP and invoices submitted by the contractor. The COR will review this data on a regular when invoices are received and certify all invoices for payment. Any evidence of the Contractor s or Contractor s staff non-compliance as evidenced by the monitoring procedures outlined in the QASP shall be forwarded immediately to the Contracting Officer. The COR will review and certify monthly invoices for payment. If in the event the Contractor fails to provide the services in this contract, payments will be adjusted to compensate the Government for the difference. All contract administration functions will be retained by the VA.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1c6f28f03fd41baac0fb36b87b3ecc4/view)
- Place of Performance
- Address: VA Palo Alto Healthcare System 3801 Miranda ave, Palo Alto 94304, USA
- Zip Code: 94304
- Country: USA
- Zip Code: 94304
- Record
- SN06396235-F 20220722/220720230119 (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 |