Federal Bid

Last Updated on 22 Mar 2004 at 5 AM
Sources Sought
Location Unknown

Q -- PHLEBOTOMY SERVICES

Solicitation ID Reference-Number-04DCL070015
Posted Date 20 Feb 2004 at 5 AM
Archive Date 22 Mar 2004 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisition Management Services
Agency Department Of Health And Human Services
Location United states
NOTICE: This is a Sources Sought Notice to determine the ability of contractors that can provide Phlebotomy Services to Federal Occupational Health (FOHS) sites throughout the continental United States, Alaska, Hawaii and Puerto Rico. The contractor must have a draw site facilities, within a 25-mile radius of FOHS’s Occupational Health Centers (OHC), which would be able to provide phlebotomy services to designated FOHS clients according to FOHS provided guidelines. The contractor would then be required to process and ship the specimens to FOHS’s designated laboratory. FOHS would provide the necessary supplies for drawing and shipping the specimens to the FOHS designated laboratory except for the needle, vaccutainer holder, alcohol wipe, gauze 2x2, band-aide and tourniquet. FOHS mission is to improve the health and safety of the government workforce by designing and providing innovative, customized, cost-effective occupational health, environmental and work/life solutions that exceed customer expectations. In keeping with this mission, the Clinical Division performs a full range of occupational health services for other federal agencies and their employees throughout the nation. These occupational health services are provided at a variety of Service Provision Sites (SPS’s), including approximately 300 fixed Occupational Health Centers (OHC’s). In addition, FOHS also utilizes several thousand other fixed, mobile, remote and/or private providers (health care providers in private practice provide services for FOHS locations throughout the United States and its territories. It is most cost-effective to procure laboratory services on a national basis, which enhances quality, allows for standardized testing and resulting, as well as uniform pricing that meets our customers’ needs. The contractor must demonstrate that they can 1)provide a draw site location within a 25-mile radius of the OHCs facilities. 2)has the capability and equipment to process and ship the specimens to the FOHS designated lab according to FOHs provided guidelines. 3) provide a national scheduling phone number to allow the OHC staff to request and set-up an appointment on an as needed basis. 4) provide to designated FOHS clients an appointment within 48 hours or less from the initial scheduling request. 4) provide a centrifuge at each draw site for the processing of serum separator tubes when indicated. THIS IS NOT A REQUEST FOR PROPOSAL (RFQ), INVITATION FOR BID (IFB), REQUEST FOR APPLICATION (RFA) OR AN ANNOUNCEMENT OF A SOLICITATION . No solicitation exists; therefore, do not request a copy of the solicitation. There is no obligation on the part of the Government to issue a formal solicitation as a result of this notice and participation in this effort is strictly voluntary with no cost or obligation to be incurred by the United States Government. If a solicitation is released, it will be advertised in FedBizOpps. It is the offeror responsibility to monitor this site for any solicitation and synopsis. Interested offerors/contractors having the required capabilities to meet the above requirement should submit a capability statement of 5 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business, NAICS Codes, average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantage, 8(a), HUBZone, woman-owned, Historically Black College or University and/or Minority Service Institute; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Additional documentation such as company literature, brochures, and references are welcome. Please submit your capability statements or questions about this document to Bettie L. Hartley, Contract Specialist, email [email protected], or mail: Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville MD 20857. Responses are due no later than 15 days from the date of this notice. Capabilities statements will not be accepted after the due date.
Bid Protests Not Available

Similar Past Bids

Maine 19 Dec 2024 at 5 AM
Elkton Maryland 16 Dec 2010 at 4 PM
Bakersfield California 01 Oct 2018 at 11 PM
Location Unknown 09 Jan 2020 at 3 PM
Albuquerque New mexico 26 Feb 2020 at 1 AM

Similar Opportunities