United States - Q--36C259-19-AP-2804 - Rapid Lab Testing - Grand Junction VAMC Multiple-Award Five-Year Blanket Purchase Agreement

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
02 August 2019
Opportunity publication date
22 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 19, 2019 11:43 am

Page 21 of 26

Rapid Laboratory Testing for

Grand Junction VA Medical Center, Grand Junction, CO

General Information:

Document Type: Combined Solicitation/Synopsis

Solicitation Number: 36C25919Q0425

Posted Date: July 19, 2019

Current Response Date: August 2, 2019

Classification Code: Q301

NAICS Code: 621511 Medical Laboratories

Set-Aside: No Set-Aside

Contracting Office Address:

Department of Veterans Affairs

Network Contracting Office 19 (NCO 19)

6162 S Willow Dr. Suite 300

Greenwood Village, CO 80111

Place of Performance:

Department of Veterans Affairs Medical Center, Grand Junction VAMC, 2121 North Avenue, Grand Junction, CO 81501

Performance Period:

The period of performance for the Rapid Laboratory Testing Services will be a Five-Year Blanket Purchase Agreement.

Description:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03 (effective 07/12/2019).

The associated North American Industrial Classification System (NAICS) code for this procurement is 621511- Medical Laboratories , with a small business size standard of $32.5.

The Network Contracting Office 19 (NCO 19) is seeking to purchase Rapid Laboratory Testing Services. The purpose of this acquisition is to provide Rocky Mountain Regional Veterans Affairs Medical Center with the services listed in the Statement of Work.

All interested companies shall provide quotation for the following:

PRICE SCHEDULE FOR RAPID LAB TESTING COST PER TEST

CLIN

DESCRIPTION

ANNUAL COUNT

COST PER TEST

0001

CBC w/o diff (hemogram)

10

0002

CBC w/ auto diff

40

0003

Manual diff

20

0004

Protime w/ INR

30

0005

PTT

10

0006

D-Dimer quant

20

0007

Pro-BNP

5

0008

Heparin Xa

10

0009

Malaria smear

5

0010

Basic Metabolic Panel

10

0011

Comprehensive Chemistry Panel

40

0012

Lipid Panel

5

0013

Liver function panel

5

0014

Hepatitis Panel

5

0015

OB Panel

5

0016

Electrolytes

40

0017

Urine drug screen

10

0018

Procalcitonin

50

0019

Acetone (Serum)

20

0020

Gastroccult

10

0021

Acetaminophen

5

0022

Amylase

20

0023

BUN

20

0024

Calcium

20

0025

Creatinine

20

0026

Digoxin

5

0027

Dilantin

5

0028

Gentamycin

5

0029

Glucose

10

0030

Lactate Dehydrogenase

20

0031

Lithium

5

0032

Potassium

10

0033

Chloride

10

0034

Salicylate

5

0035

Sodium

10

0036

Troponin

20

0037

Vancomycin

10

0038

CKMB

5

0039

Cultures-blood

20

0040

Cultures- wound

10

0041

Cultures-aerobic

10

0042

Cultures- anaerobic

10

0043

Cultures- Throat

10

0044

Cultures-Urine

10

0045

Blood type ABO

40

0046

Blood type RH

40

0047

Antibody Screen

40

0048

Antibody ID

40

0049

Blood unit antigen typing

100

0050

Cross Match

40

0051

Body fluid cell counts

30

0052

Body fluid glucose

30

0053

Body fluid total protein

30

0054

Crystals (body fluid)

40

0055

Semen analysis (complete)

30

STATEMENT OF WORK

GENERAL:

Contractor shall provide laboratory services for beneficiaries of the Department of Veterans Affairs Medical Center, Grand Junction, CO, 24 hours a day, 7 days a week, 365 days per year, in accordance with all terms conditions, provisions and the schedule of this Statement of Work (SOW) with the Department of Veterans Affairs Medical Center, 2121 North Avenue, Grand Junction, CO 81501 (hereby referred to as VA Medical Center). The quantity of tests ordered will depend on the VA Medical Center Laboratory staffing, equipment problems, number of patients seen, and number of tests ordered per patient, facility infrastructure. In order to process STAT specimens, the contractor must be in the vicinity of the Grand Junction VA Medical Center.

DESCRIPTION OF SERVICES:

Objectives: The objective is to provide dependable and secure testing for patients.

Scope: Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of its' contractor owned Immunofluorescence Assay Analyzer (IFA) necessary for the generation of a patient Cost Per Test (CPT).

Cost Per Test (CPT): The cost per test price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, software, middleware that enables efficient communication between LIS and instrument which provides a flexible rule engine to automate routine tasks, reruns, reflex testing, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation of a patient reportable result. This does not include those items approved for exclusion by the government such as printer paper, labels etc. This per patient reportable result price shall also encompass all costs associated with dilution, repeat, titration and confirmatory testing required to produce a single patient reportable result. It will also include the material to perform as well as all other costs associated with quality control, calibration and correlation study testing that is prescribed by the Clinical and Laboratory Standards Institute (CLSI). (c) All necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs and (d) training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge.

Contractor shall provide all results for a variety of tests. Testing may be performed at the Contractor s laboratory or sent to other reference laboratories as long as test meet the STAT turnaround times illustrated in this SOW.

DEFINITIONS

In house testing: The contractor laboratory will perform STAT testing for a variety of different analyses and communicate results in an efficient manner back to VA laboratory.

Send out testing: The contractor may upon approval send a sample to the reference lab of their choice. Prior approval from the laboratory must be obtained or known by the VA laboratory prior to sending the sample.

STAT: STAT test must be completed within one hour of the receipt by the laboratory

Critical Values: Any result which when known by the physician, may result in prompt treatment may improve patient outcome. A list of predetermine critical tests will be provided by VA laboratory.

Non- essential laboratory test: Test which are not on the itemized list, however may be requested by the ordering physician.

PERFORMANCE REQUIREMENTS

The contractor will assure and be able to provide proof that all their employees have HIPPA training.

The contractor will be responsible for the quality of the result by performing the proper and necessary calibration, running control samples, and properly maintaining the instruments.

The contractor will fax all results to the VA laboratory the same day as they are received and call all STAT results and all critical values to the VA laboratory.

The contractor will provide the VA laboratory with an itemized cost per test with discounted pricing on all test performed in-house and with a direct transfer of the price for test(s) sent to another laboratory.

The contractor will provide an itemized bill the laboratory within 10 days after the end of the month.

All non-essential laboratory tests will be billed at a discounted rate.

Test results must be available within two (2) hours from the time of VA drawing the sample to the Contractors completion of the assay.

FEDERAL HOLIDAYS

Unless specifically authorized in writing by the Contracting Officer, no services will be provided, and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays listed below.

New Year s Day

Labor Day

Martin Luther King Day

Columbus Day

Presidents' Day

Veterans' Day

Memorial Day

Thanksgiving Day

Independence Day

Christmas Day

INVOICING

Payments shall be made in the arrears upon receipt of a proper invoice.

Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability and price. The government will evaluate information based on the following evaluation criteria, in accordance with FAR 13.106-2 and FAR 52.212-2: (1) technical capability factor meeting or exceeding the requirement and (2) price.  Past Performance will be used to determine responsibility.

(1) Technical Capability - Submit narrative on the process and procedures on how the company will perform and intend to comply with the requirements as stated in the Statement of Work.

(2) Price - The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Quotations that do not meet or exceed the technical capability requirements of the Statement of Work shall not be selected regardless of price.

Past Performance If you have Past Performance Information from Contract Performance Assessment Reporting System (CPARS), then Submit most recent and relevant contracts for the same or similar service and other references (including contract numbers, points of contact with telephone numbers and other relevant information). If you do not have CPARS, then use attachment 1: PPQ.  Send the PPQ to previous customer and the completed PPQ shall be emailed by the previous customer to Christy lee at christy.lee@va.gov.

The full text of the FAR provisions or clauses may be assessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:

FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation) (Feb 2015)

FAR 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under Any Federal Law (Mar 2012) (Deviation).

FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017)

FAR 52.216-27, Single or Multiple Awards (Oct 1995)

FAR 52.233-2, Service of Protest (Sep 2006)

VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (Deviation)

VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Oct 2018)

VAAR 852.233-71 Alternate Protest Procedures (Jul 2002)

FAR 52.233-2 Service of Protest (Sep 2006)

Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Hand-Carried Address:

RPO West, Network Contracting Office 19 (NCO 19

Rocky Mountain Acquisition Center

Department of Veterans Affairs

6162 South Willow Drive, Suite 300

Greenwood Village, CO 80111

Mailing Address:

RPO West, Network Contracting Office 19 (NCO 19)

Rocky Mountain Acquisition Center

Department of Veterans Affairs

6162 South Willow Drive, Suite 300

Greenwood Village, CO 80111

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of Provision)

FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018), the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. In addition, complete the following addendum to FAR 52.212-3:

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018), applies to this acquisition. Addendum to FAR 52.212-4

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2019)

FAR 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Deviation) (Feb 2015)

FAR 52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor

(1) Any order for a single item in excess of $30,000.00;

(2) Any order for a combination of items in excess of $30,000.00; or

(3) A series of orders from the same ordering office within 14 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 14 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of Clause)

FAR 52.217-8 Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

(End of Clause)

FAR 52.217-9 Option to Extend the Term of The Contract (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.

(End of Clause)

The following subparagraphs of FAR 52.212-5 are applicable:

Subparagraph (b)(1), (b)(2), (b)(4), (b)(6), (b)(7), (b)(8), (b)(9), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30),(b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(42), (b)(48), (b)(54), (b)(57), (c)(1), (c)(2), (c)(4), (c)(8).

FAR 52.222-54, Employment Eligibility Verification (Oct 2015)

FAR 52.224-1, Privacy Act Notification (Apr 1984)

FAR 52.224-2, Privacy Act (Apr 1984)

FAR 52.228-5, Insurance Work on a Government Installation (Jan 1997)

FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984)

FAR 52.237-3, Continuity of Services (Jan 1991)

VAAR 852.203-70, Commercial Advertising (May 2018)

VAAR 852.215-71, Evaluation Factor Commitments (Dec 2009)

VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (Deviation)

VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018)

VAAR 852.237-7, Indemnification and Medical Liability Insurance (Jan 2008)

VAAR 852.237-70, Contactor Responsibilities (Apr 1984)

VAAR 852.271-70, Nondiscrimination in Services Provided to Beneficiaries (Jan 2008)

All quotations shall be sent via email to christy.lee@va.gov.

This is an open-market combined synopsis/solicitation for services as defined herein.  The Government contemplates award of a Firm-Fixed-Price, Blanket Purchase Agreement resulting from this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoters shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than August 2, 2019 at 2:00 PM MST - christy.lee@va.gov. All submission shall be 5MB or less. If the email is going to be more than 5MB, then please submit in multiple emails labeling 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Bai Perney, bai.perney@va.gov and Contract Specialist, Christy Lee, Christy.lee@va.gov by July 26, 2010 at 12:00 PM MST.

Contracting Office Point of Contact:

Bai Perney, Contracting Officer, bai.perney@va.gov, 303-712-5815

Christy Lee, Contract Specialist, chirsty.lee@va.gov, 303-712-5731

Opportunity closing date
02 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?