NOTICE OF INTENT TO AWARD NONCOMPETITIVE PROCUREMENT
Requisition No.: 648-17-3-066-0063 Date of Notice: 02/02/2017
Contracting Officer: DIANA CURL Closing Date: 02/11/2017
This notice will appear for 10 days from above date.
**************************************************************************************
Description of Supplies/Services:
The Department of Veterans Affairs, Portland VA Medical Center (PVAMC), requires services, non personal, for reference laboratory services with professional interpretation of test results performed in the reference lab, all in support of direct patient care. The estimated length of this contract will be a base period of four months, with 4 option years.
The Government intends to award this requirement noncompetitively to Oregon Health and Science University IAW FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The authority for restricting competition on this procurement is 41 U.S.C Code 3304(a), as implemented by FAR 6.302 for acquisitions of commercial items.
The Reference Laboratory shall provide in accordance with all applicable federal, state, and local regulations, laws, and ordinances, and in accordance with the specifications outlined for accreditation certification if applicable, coagulation and cancer testing and interpretation for the tests listed in the table below. Reference lab will provide the test results to Portland Pathology & Laboratory (PLMS), PVAMC.
Work will be performed in the Oregon Health & Science University (OHSU) Reference Laboratory,
The proposed contractor is Oregon Health & Science University, and the total estimated value of the proposed action is $8,278,300.00 over a five-year period with the base period beginning on 06-01-2017 and running to 09-30-2017. The base period is estimated at $636,648.80, and the four option years total $7,641,651.20.
Description
CPT
Est. Quantity
0.5 Year
Est. Quantity
Full Year
Program
Molecular diagnosis: Cancer Interpretation and report
83912
67
134
Cancer Interpretation
Molecular diagnosis: Cancer Interpretation and report
83912
67
134
Cancer Interpretation
Molecular diagnosis: Cancer Interpretation and report
83912
66
132
Cancer Interpretation
Blood Smear peripheral Cancer Interpretation with report
85060
150
300
Cancer Interpretation
Bone marrow smear Cancer Interpretation, with or without differential cell count
85097
170
340
Cancer Interpretation
Cytopathology, concentration technique, smears and Cancer Interpretation
88108
175
350
Cancer Interpretation
flow cytometry, Cancer Interpretation; 2-8 markers
88187
150
300
Cancer Interpretation
flow cytometry, Cancer Interpretation; 9-15 markers
88188
150
300
Cancer Interpretation
flow cytometry, Cancer Interpretation; 16 or more markers
88189
150
300
Cancer Interpretation
Cytogenetics and molecular cytogenetics, Cancer Interpretation and report
88291
150
300
Cancer Interpretation
Level IV surgical pathology, gross and microscopic examination
88305
150
300
Cancer Interpretation
Special Stains, group II
88313
149
298
Cancer Interpretation
Special Stains, histochemical staining with frozen sections
88314
150
300
Cancer Interpretation
Determinative histochemistry or cytochemistry to identify enzyme constituents
88319
150
300
Cancer Interpretation
Consultation and report on referred slides prepared elsewhere
88321
162
324
Cancer Interpretation
immunocytochemistry (including immunoperoxidase) each antibody
88342
188
376
Cancer Interpretation
Immunoflourescent study, each antibody, direct method
88346
200
400
Cancer Interpretation
Electron microscopy, diagnostic
88348
200
400
Cancer Interpretation
Morphometric analysis, in situ hybridization
88368
200
400
Cancer Interpretation
Macroscopic examination, dissection, and preparation of tissue for non-microscopic analytical studies (nucleic acid-based molecular studies)
88387
200
400
Cancer Interpretation
ABL SEQ MOLE SEP BY CAP ELE
81403
70
140
Cancer Testing
Addl Karyotype simple
88280
75
150
Cancer Testing
ANTI-B2-GLYCOPROTIEN ICG
86146
70
140
Coagulation Testing
ANTICARDIOLIPIN IGG or IGM
86147
70
140
Coagulation Testing
ANTITHROMBIN ACTIVITY
85300
70
140
Coagulation Testing
APTT 1"1 MIX 0 MIN
85732
70.5
141
Coagulation Testing
APTT PLASMA 60 MIN
85730
70
140
Coagulation Testing
BCR/ABL FISH Probe
88271
68
136
Cancer Testing
BCR-ABL Nested PCR Assay
81208
70
140
Cancer Testing
BCR-ABL RNA Major Breakpoint
81206
70
140
Cancer Testing
BCR-ABL RNA Minor Breakpoint
81207
70
140
Cancer Testing
Bone Marrow Chromosome
88237
81.5
163
Cancer Testing
Butyrate Esterase Stain
88319
70
140
Cancer Testing
CNT 15-20 cells 2 karyotype
88262
70
140
Cancer Testing
DECALIFICATION
88311
70
140
Cancer Testing
DVV confirm ratio
85613
70
140
Coagulation Testing
DVVT
85613
70
140
Coagulation Testing
EOSINOPHILS Fish Probe
88271
70
140
Cancer Testing
FACTOR II ACTIVITY
85210
70
140
Coagulation Testing
FACTOR IX ACTIVITY
85250
70
140
Coagulation Testing
Factor V Activity
85220
70
140
Coagulation Testing
Factor V inhibitor
85335
70
140
Coagulation Testing
Factor VII Activity
85230
70
140
Coagulation Testing
FACTOR VIII COAG ACTIVITY
85240
70
140
Coagulation Testing
FACTOR VIII VWF AG
85246
70
140
Coagulation Testing
FACTOR X CHROMOGENIC
85260
70
140
Coagulation Testing
FACTOR XI ACTIVITY
85270
70
140
Coagulation Testing
FACTOR XII ACTIVITY
85280
70
140
Coagulation Testing
FACTOR XIII QUAL
85290
70
140
Coagulation Testing
Hem onc bld chromo
88237
70
140
Cancer Testing
HEPARIN EITHER STD/LMW
85520
70
140
Coagulation Testing
HEPARIN PLT AB LUMI AGG
86022
75
150
Coagulation Testing
HEXAGONAL PL APTT
85598
70.5
141
Coagulation Testing
Hormone Receptors, ER, PR, EA
88360
75
150
Cancer Testing
IMMUNOFLUORESCENCE (EA)
88346
20
40
Cancer Testing
IMMUNOHISTOCHEMISTRY
88342
55
110
Cancer Testing
IN SITU HYBRIDIZATION
88368
75
150
Cancer Testing
interphase 100-300 cells
88275
80
160
Cancer Testing
JAK2 V617F Qual Mut Analysis
81270
70
140
Cancer Testing
JAK2 V617F Quant Mut Analysis
81270
70
140
Cancer Testing
METHOTREXATE
80299
75
150
Cancer Testing
molecular probe
88271
70
140
Cancer Testing
MSI MULTIPLEX PCR
81301
75
150
Cancer Testing
MSI MULTIPLEX PCR 1ST 2
81301
75
150
Cancer Testing
MYELOPEROXIDASE STAIN
88319
67.5
135
Cancer Testing
PLATELET FACTOR 4 W/REFLEX TO HAL
86022
56.5
113
Coagulation Testing
Platelet Function Analysis
85576
56.5
113
Coagulation Testing
RETICULATED PLATELETS
85046
32.5
65
Cancer Testing
SPECIAL STAIN OTHER
88313
32.5
65
Cancer Testing
SUDAN BLACK B STAIN LEUKOCYTE
88313
32.5
65
Cancer Testing
SURFACE MARKER AB ADDL
88184
32.5
65
Cancer Testing
SURFACE MARKER AB FIRST
88185
32
64
Cancer Testing
T CELL QUANT (T,B AND NK)
86360
32.5
65
Cancer Testing
VONWILL/RAF
85245
56.5
113
Coagulation Testing
A review of the potential acquisition alternatives was performed taking into consideration previous acquisitions of a similar item or service, the impact of prior acquisitions on these alternatives, and related in-house efforts, which indicated that the best acquisition method was identified.
In-house resources, or the award of a new contract based on full and open competition after the exclusion of sources were both considered for this requirement. The PVAMC does not have the resources available to perform this service on their own, nor does it employ the required personnel to fill this need. As such, the facility requires testing and interpretation services from a reference laboratory that will be able to initiate specimen processing within 1 hour of specimen collection for all tests listed in the program Coagulation Testing, because coagulation and blood clotting disorders require immediate treatment and management. Patients are waiting for scheduled surgery or changes to medication doses.
There are several contractors that are capable of providing the required coagulation and cancer testing; however OHSU is the only contractor that could be found that is capable of providing this one hour testing start time requirement. There is a sky bridge that connects PVAMC with OHSU.
Delays in treatment and management of coagulation and blood clotting disorders are unacceptable for the prompt access of the VA, whereas immediate testing and resulting through a reference laboratory able to meet the 1 hour processing standard, furthers the goal of timely patient access. Delays in test results beyond 4-12 hours would typically result in canceled/delayed surgeries/treatments or serious negative consequences for patients with high risk factors (cancer, cardiovascular disease and serious health conditions). The expected turn-around time for coagulation tests results related to surgical procedures must be within 8 hours.
Competition was sought for this requirement by posting a sources sought notice to FedBizOpps and to GSA e-Buy on 11-03-2016 with a closing date of 11-10-2016. GSA lists five Medical Laboratories, four of which are large business, and one of which is a small business (Cedar Diagnostics).
The only businesses that could be found that showed any interest in this requirement was from the sources sought notice posted to GSA. Quest Diagnostics provided a capabilities statement, but stated they could not meet the testing start time of one hour after specimen collection. Cedar Diagnostics also provided a capabilities statement, but stated they could not meet the testing start time of one hour after specimen collection. Cedar challenged the one-hour requirement, and stated that it is not required. However, it is the PVAMC laboratory s medical opinion that the one hour test start time for the coagulation and cancer tests is required and professionally disagrees with Cedar s claims.
PVAMC stated in a meeting with the Contract Specialist on 11-08-16 that they are standing behind the one-hour testing requirement.
A review of services available from the Committee for Purchase from people who are blind or severely disabled (AbilityOne) showed this service could not be provided by from this source at this time.
Research was conducted by searching the UNICOR website and reviewing the online FPI Schedule. UNICOR does not offer these services.
Research was conducted by reviewing the online WSNC and VISN contracting vehicle listings. There was no BPA available for OHSU.
Vets First does not apply. However, for market research purposes, VetBiz was reviewed using NAICS code 621511 for Washington and Oregon and revealed 6 matches. A review of their capabilities statements revealed that none can provide the specific services needed.
As described above, market research, in accordance with FAR Part 10, was conducted by posting a sources sought notice to FedBizOpps and to GSA on 11-03-16. The sources sought number is VA260-17-N-0033. A capability statement was requested in the notice. In the event new or unknown medical evidence changes the professional medical opinion of the PVAMC laboratory, regarding specimen testing beginning within one hour of collection, this requirement may be able to be competed if the specimen testing start time is extended from one hour to a time long enough for other laboratories located elsewhere in the country to be able to provide the required reference laboratory services.
PVAMC will continue to perform on going market research for other US labs acquiring the
capabilities to perform these unique and challenging tests.
Based upon the above information, there is a high level of confidence that no other qualified sources
exist.
Laboratory Corporation of America and Cedar Diagnostics hold a single award VISN 20 Blanket
Purchase Agreements (BPA) for reference lab testing. In the event the one hour testing start time is
changed, their BPAs could be used.
Other interested concerns having the ability to furnish these services shall submit a capabilities statement to the Contracting Officer no later than the closing date of this announcement. All submissions will be evaluated to determine if competitive opportunities exist. This is NOT an RFQ. This does represent the Government s only written notice of this procurement. All responsible sources may submit a response which, if timely received, must be considered by the agency.
The estimated/potential: $8,278,300.00
Place of Performance: Portland, OR
*************************************************************************************
*************************************************************************************
This notice and any resulting contract or order conforms to the requirements in place through
FAC 05-94/95 (effective 01-13-2017).
All questions regarding this procurement shall be in writing, and addressed to Diana Curl at
[email protected] no later than 02/11/2017.
Bid Protests Not Available