The RFP Database
New business relationships start here

Lab Referral Services - VISN 15


Kansas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.
The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.
The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified interested parties capable of providing the services described below.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following:
(a) company name
(b) address
(c) point of contact
(d) phone, fax, and email
(e) DUNS number
(f) Cage Code
(g) Socioeconomic Business Size e.g. small business, 8(a), HUBZone, service-disabled veteran-owned, veteran-owned, economically disadvantages women-owned, women-owned, or other than small business
(h) Must provide a Capability Statement that addresses the organization qualifications and ability to perform as a contractor for the work described below.

Scope of Work:
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, reference laboratory testing. The reference laboratory shall provide services to include the performance of analytical testing as defined by the Laboratory test manual, the reporting of analytical test results and consultative services as required to assimilate the full scope of laboratory operations. All requirements and provisions defined in the specification of this solicitation will apply to any laboratory, i.e., branch, division, sub-Reference Laboratory, etc. performing reference testing on behalf of the Reference Laboratory. On-Site Processors may be required at the facility.

Contractor shall provide laboratory services to include pickup and transportation of specimens to its laboratory; pre-analytic processing as defined in its laboratory user manual; analysis, reporting of analytic results, and consultation regarding selection, collection, transportation and result interpretation.

The contractor shall provide all necessary supplies, support, and transportation, not limited to the following:

Specimen containers
Dry ice and appropriate container
Special Instructions
Current list of tests with reference ranges and specimen requirements
Specimen carriers
All forms
Special media or tubes for viral samples
All supplies for special tests (e.g. not limited to, viral studies)
Provide specimen pick -up services
Transport samples in such a manner as to ensure the integrity of the specimen.
Contractor shall supply any special preservatives required for specimen preservation.
Analyze samples
Test results shall be reported within specified turnaround times.
Phone consultations, as needed.


Licensing and Accreditation

Contractor shall have all licenses, permits, accreditation and certificates required by law and be accredited by the College of American Pathologists (CAP). In addition, the laboratory must be certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988.

Laboratory Director shall be a licensed American Board of Pathology certified pathologist or appropriately certified bio-analyst.


Locations:

The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor for Laboratory Testing Services for the locations identified.

VA Medical Center, 800 Hospital Drive, Columbia, Missouri 65201-5275
VA Medical Center, 4801 Linwood Blvd, Kansas City, Missouri 64128-2226
VA Medical Center, 4101 S. 4th Street, Leavenworth, Kansas 66048-5014
VA Medical Center, 2401 West Main St., Marion, Illinois 62959-1188
VA Medical Center, 1500 N. Westwood Blvd., Poplar Bluff, Missouri 63901-3318
VA Medical Center, John Cochran Division, 915 N Grand Blvd, St. Louis, Missouri 63106
VA Medical Center, #1 Jefferson Barracks Dr., St. Louis, Missouri 63125-4199
VA Medical Center, 2200 Gage Blvd., Topeka, Kansas 66622-0001621511
VA Medical Center, 5500 East Kellogg, Wichita, Kansas 67218-1607
VA Medical Center Community Outpatient Clinic, Evansville, Indiana, 6211 E. Waterford Blvd., Evansville, Indiana 47715
All CBOC s associated within the VISN 15 geographic areas needed during the contract period.

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently an UNRESTRICTED solicitation is anticipated. However, if response by Service Disabled Veteran Owned Small Business firms proves adequate, an alternate set-aside or full and open competition may be determined. Sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 621511 (Medical Laboratories) with a size standard of $32.5M.

Notice to potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.va.gov/


All interested Offerors should submit Capability Statements by e-mail: to paula.galvin@va.gov
All information submissions should be received no later than 4:00 pm CST on July 24, 2019.

Phone calls or emails regarding the status of this acquisition will not be accepted.

Paula Galvin
Network Contracting Office (NCO) 15
3450 S. 4th St
Leavenworth, KS 66048
913-946-1120

paula.galvin@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP