Federal Bid

Last Updated on 07 Jun 2015 at 8 AM
Sources Sought
New haven Connecticut

Q--STAT AND NON STAT TESTING

Solicitation ID VA24115N0513
Posted Date 18 May 2015 at 7 PM
Archive Date 07 Jun 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs Boston Healthcare System
Agency Department Of Veterans Affairs
Location New haven Connecticut United states 06504
Department of Veterans Affairs Medical Center (VAMC) Sources Sought Notice - STAT and Non-STAT Testing This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA's understanding of your company's offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide STAT and Non-STAT testing for all items listed in Attachment A for the VA West Haven, CT. Refer to the General Requirements section below for the requested service description. This Sources Sought is to facilitate the Contracting Officer's review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS The contractor must provide the following services: A. Analyze samples: Contractor is required to perform analytical testing for VA Medical Center patients for the tests defined in Attachment A. The Contractor is required to provide a reference test manual, and report of analytical test results and consultative services as required assimilating the full scope of its laboratory operations. B. The Contractor will consult VA Medical Center on test results by telephone as needed. C. STAT would include a turnaround time of 60 minutes or less from the West Haven Medical Center. D. Reporting of STAT Results: 1. Test result reports shall be immediately faxed to the send-out office of the VA Medical Center Clinical Laboratory for entry into VistA. Fax # 203-937-4896. The report at minimum will contain the following information: " Patient's full name, " Patient's full social security number or unique hospital identification number " physician's name, " date/time of specimen collection, " date test completed, " test name, " test result, " flag abnormal results, " reference range, " testing laboratory testing number (accession number), " type of specimen, " any additional comments related to test provided by ordering physician, " any other information the laboratory has that may indicate a questionable validity of test results, " Unsatisfactory specimen shall be reported with regard to its unsuitability for testing. LICENSING AND ACCREDITATION: 1. Shall have all licenses, permits, accreditation certificates required by law. 2. Shall be accredited by the College of American Pathologists (CAP). 3. Laboratory Director is a licensed Physician or a licensed Bioanalyst. 4. Must comply with the regulatory requirements of CMS. Quality Control: To ensure proper handling and test performance, the contractor shall provide the following updated information upon request during the life of the contract: " For quality control purposes, tests routinely performed in duplicate shall be indicated. " Coefficient of variation of quality control samples of all tests or specified tests the laboratory performs. " Proficiency testing data provided to customer will include where challenges failed, a list of tests outside of the +/- 2SD range for the past (2) years. Contractor shall notify VA Medical Center of any test outside +/- 2 SD range during contract period. " The VA Medical Center will maintain an Internal Quality Control Program to monitor the quality of test results received from the contractor. The method used for monitoring is at the discretion of the VA Medical Center and may include, but is not limited to , unidentified split specimens sent periodically to the contractor for testing, split specimen sent to another reference laboratory for comparison, or monitoring of turn-around-time. " The contractor's facilities, methodologies (defined as the principal of the method and the references), and quality control procedures may be examined by representatives of the VA at any time during the life of the contract. RESPONSE COMMITMENT I. NOTES: A. All questions, comments or concerns should be directed to [email protected] B. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. C. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). II. TIMELINE : A. This request will close on stated date within the FBO site. III. Requested information: Interested parties shall provide the following information in addition to your capability response: A. Format: 1. MS Word or pdf format (please ensure email is under 5 mb) 2. Page limit - 2-4 pages (please make the response as brief and concise as possible) 3. Company name and Sources Sought number listed on each page B. Specifics: 1. In your response, please provide the following information based on the requirement. a. Your company's capability of fulfilling this requirement as it is described. 2. Please also provide name of company, company address, a contact person's name, telephone number, fax number and email address. 3. DUNS number, and indicate if actively registered on System for award management (SAM) 4. Contractual vehicles the company holds, such as NAC or GSA schedules. 5. Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office Point of Contact: Heather Simpson Contract Specialist Email: [email protected] ATTACHMENT A Testing and estimate usage Test CPT CODE Cyclin DI RT-PCR QT Ampl 83898 Flow Cytometry (fluid, tissue, blood) 99999 Antiplatelet Antibody Panel 86022 Nuclear Molecular Isol Separation Reverse Transcription Nucleic Acid Probe Ethylene Glycol 82693 Carboxyhemoglobin 82375 Phenycylidine,PCP, urine G0431 B Cell Gene Rearrangement w/Amp 83894/83898/83890 T Cell Gene Rearrangement w/Amp 83890 BCR ABL Screen Multiple Ex 99999 BCR ABL Screen w/Amp 83898/83901 BCR ABL SC Reverse Trans 83902 Caspofungin E-Test Mic 87186 HCG Quantitative 84702 Tacrolimus (FK-506) 80197 Alcohol, Serum 84600 Methemoglobin 83050 Cyclosporine 80158 Amiodarone 82492 Factor IX Activity 85250 Factor XI Activity 85270 Factor XII Activity 85280 Factor X Activity 85260 Factor VIII Activity 85240 Factor V Activity 85220 Factor VII Activity 85230 Factor VIII Screen 85290 PTT 1:1 Mix 85732 Fibrinogen 85384 Prothrombin Time 85610 Partial Thromboplastin Time 85730 Heparin Mediated Platelet A 86022 Von Willbrand Factor Antig 85245 Ristocetin Cofactor 85245 Inhibitor Assay 85335 Reticulate Platelet Count 85055 Parathyroid hormone 83970 Dilute Russell Viper Venom 85613 Phospholipid Neutralization 85705 Cyclin D1 Reverse Transcrip 83902 Cyclin D1 Nucleic Acid 83896 Cyclin D1 Nuclear Molecular 83890 Micro Billing for 1-6 Etest 87181 Bone Marrow Aspiration 85008 B-type Natriuretic peptide 83880 Lidocaine 80176 Thyroid Stimulating hormone 84443 Thyroxine Binding Capacity 84479 Thyroxine Total 84436 ANCA Screen 86021 Cyclosporin A 80158 BCR/ABL Screen Nucleic Acid 83896 BCR/ABL Screen Nuclear Mo 83890 Reticulocyte Count 85045 Glucose, CSF 82945 Protein, Total CSF 84157 Calcium, Ionized plasma 82330 Streptex Group D 87147 Cytomegalovirus, Quant PCR 87496/87497 Porphobilinogen, Qual 84106 Micro Billing CF Sputum Media 87070 Cyclin D1 81401 Gram Stain 87205 Lupus Anticoagulant Panel 85613 Tobramycin (peak, random, trough) 80200 Von Willebrand Factor Antigen 85244 Von Willebrand Multimeric Analysis 85247 Micro Billing Isolate 1 or 3 87077 Micro Billing Mic Panel 87186 Thiocyanate 84430 T Cell Total Count (AR only) 86359 Absolute CD4CD8 Ratio (AR only) 86360 Mycophenolic Acid 80299 B Cell Gene Rearrangement, BM 81261 Epstein-Barr Virus by PCR 87798 Fluid Hematocrit 85014 HHV-6 by PCR, Qualitative 87532 Herpes Simplex Virus by PCR 87529 Varicella-Zoster Virus by PCR 87798 Fluid Cell Count 89051 Micro Billing Isolate 11 87106 JAK2 Mutation (AR only) 81270
Bid Protests Not Available

Similar Past Bids

Wisconsin 07 Jun 2012 at 1 PM
Philadelphia Pennsylvania Not Specified
Location Unknown 16 Feb 2022 at 5 AM
Newport Rhode island 22 Apr 2019 at 5 PM