SOURCES SOUGHT
Q -- VISN 1 Primary Reference Laboratory Testing
- Notice Date
- 1/2/2025 4:16:00 AM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24124Q0194
- Response Due
- 1/10/2025 1:00:00 PM
- Archive Date
- 01/25/2025
- Point of Contact
- Cynthia Thompson, Phone: 60362443665842, Sheryl Anthony, Phone: 781-971-1583
- E-Mail Address
-
Cynthia.Thompson2@va.gov, Sheryl.anthony@va.gov
(Cynthia.Thompson2@va.gov, Sheryl.anthony@va.gov)
- Description
- THIS IS NOT A SOLICITATION, THIS IS A SOURCES SOUGHT NOTICE ONLY and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification. The information requested in this notice will be used to determine if there are sufficient socioeconomic small business concerns that are capable of performing all the work described for the requirement. Purpose and Objectives The Department of Veteran Affairs located at 718 Smyth Rd, Manchester, NH 03104 requires a contractor to provide reference laboratory testing services, phlebotomy services and courier services to All VISN1 Sites in accordance with the Performance Work Statement (PWS) and test menu list. The Government intends to award a competitive contract in the near future. This Sources Sought Notice is being issued by the Veterans Health Administration (VHA), Network Contracting Office (NCO) 1 located in Manchester, NH as part of market research for planning purposes. The information provided in a response to this notice may be used in developing an acquisition approach. Interested parties are responsible for adequately marking any proprietary or competitive sensitive information that is provided in a response to this Sources Sought Notice. The applicable NAICS Code is 621511 � Medical Laboratories Size Standard - $41.5 Million Product Service Code is Q301 � Medical � Reference Laboratory Testing Responses: Please submit your response in accordance with the following instructions: a) Responses are due by 01/03/2025 at 04:00 PM EST. b) Responses shall be submitted via email to Cynthia.thompson2@va.gov a. Subject line of the email shall include this Sources Sought Notice Number. Reference Laboratory Testing � Contractor�s Name b. Submit this sources sought notice document completed with all required and relevant attachments. c) Contractor Point of Contact to include: a. Name: b. Title: c. Phone: d. Email: d) Company Information to include: a. Name: b. Address: c. DUNs Number: d. Tax ID Number: Sources Sought Notice Sources Sought Notice Page 4 of 5 e. Business Size: e) Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. a. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. b. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and certified in the VetCert database, which is available at: Veteran Small Business Certification (sba.gov) c. Please include a copy of your VetCert Certification with your response. f) Contractors Federal Supply Schedule Contract that carries the desired services. a. If you do not have a Federal Supply Schedule contract, you shall state �open market�: b. Provide the Schedule: c. Provide your GSA/FSS/SAC Contract Number: d. Provide the SIN(s) for reference laboratory testing: e. If any of the items are not on your GSA/FSS contract, you will mark which items are open market. g) Contractor shall provide 3 past contracts for the same or similar services of the same size and scope: Company 1 Company 2 Company 3 Name of Company: Company POC: Company POC phone: Company POC email Dollar amount of contract: Contract number: Period of Performance: h) Contractor shall respond to the following questions as part of the requirements in the PWS: Y N (check yes or no) a. ?? Are you able to comply with ALL the requirements listed in the PWS? b. ?? Is your laboratory fully licensed/accredited and actively engaged in providing the specific services and laboratory testing outlined in the PWS? c. ?? Is your laboratory licensed/ accredited by the College of American Pathologists (CAP), The Joint Commission (JTC), or any other licensing and/or accreditation as required by law in order to perform the required testing listed in the PWS? d. ?? Is your laboratory certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988? Sources Sought Notice Sources Sought Notice Page 5 of 5 e. ?? Is your Laboratory Director an American Board of Pathology, certified Pathologist or American Board of Bioanalysis, certified Bio-analyst? f. ?? Do you have at least three years of experience providing laboratory services and at least one year experience in transporting biomedical materials? g. ?? Do you have all the CLIA certifications for the analyte specialties and subspecialties listed in the PWS Section (I)(B)(1)(a)? h. ?? Are you able to comply with the quality review requirements in the PWS Section 2(a) and Section IV? i. ?? Are you able to provide the equipment, data management system, security, and connectivity requirements in accordance with the PWS Section (I)(I)? j. ?? If awarded a future contract, do you plan to utilize a Sub-Contractor? If so, please provide the following information. a. Company Name: b. Address: c. POC Email: d. DUNs Number: e. Business Size: f. Describe work to be completed by the Sub-Contractor: g. Describe work to be completed by Contractor: k. ?? Does the Sub-Contractor have all the appropriate licensure and accreditation mentioned above? i) Contractor shall provide CLIA certificates of accreditation listing analyte specialties and sub-specialties listed in the PWS for itself and for its Sub-Contractor. j) Contractor shall provide a letter from the Sub-Contractor that demonstrates that the Sub- Contractor agrees to perform all tests not performed by the Contractor, to include those tests that the Contractor is not certified to provide itself. k) Contractor shall provide information on how draw stations will be operational on day one for VISN1 Facilities and provide draw station addresses. l) Contractor shall provide how many tests are performed daily along with the turn-around time and how the contractor will guarantee turn-around time is compliant with the PWS/Schedule. m) Contractor shall include any relevant comments for any attachments, if applicable. Please See Attachments Below: 1) Attachment A � Test Menu (Contractor Completes) 2) Attachment B � Facility Location 3) Attachment C � Other Services (Contractor Completes) 4) Attachment D � PWS Primary Reference Lab 12.10.24
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a4296fd86acd497d8fc3d7b41ed532be/view)
- Place of Performance
- Address: Manchester, NH 03104, USA
- Zip Code: 03104
- Country: USA
- Zip Code: 03104
- Record
- SN07304409-F 20250104/250102230058 (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 |