The RFP Database
New business relationships start here

Dermatopathology Consultative Serives for the George E. Whalen Salt Lake City VA Health Care Sytem (VASLCHCS)


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Department of Veterans Affairs, George E. Whalen Salt Lake City Health Care System (VASLCHCS) has a need to procure a Dermatopathology Consultative Services for the VASLCHS Pathology and Laboratory Medicine Services (P&LMS).

This combined synopsis solicitation number is VA259-17-Q-0488. It is issued as a Request for Quotation (RFQ). This set-aside procurement is based on a tiered or cascading order of precedence for evaluating offers. If enough awards cannot be made at the first tier, the contracting officer may evaluate offers at the next lower tier, until an appropriate award can be made. Consideration shall be given to tiers in the following order of priority:

(1) service-disabled veteran-owned small business (SDVOSBs);
(2) veteran-owned small business;
(3) 8(a) and HUBZone small business concerns;
(4) all other small business concerns;
(5) other than small businesses

This combined synopsis solicitation is for the procurement of Dermatopathology Consultative Services as described in the Statement of Work. Responses shall be on an all or none bases, no partial submission. The Government reserves the right to make no award at all.




DERMATOPATHOLOGY SERVICES

STATEMENT OF WORK (SOW)



1. SCOPE: The Contractor shall furnish labor and facilities to provide Dermatopathology Consultation Services for the VA Salt Lake City Health Care System Pathology & Laboratory Medicine Service.

1.1. The VA Salt Lake City Health Care System Pathology Department will cut and stain
dermatopathology slides and shall send them to the contractor for dermatopathology consultative services on cases requiring a second opinion from experts specializing in Dermatopathology (tests showing a possible pathology such as cancer).

1.2. Services shall be required for a base year beginning December 1, 2017 through November 30, 2018 and four one year options (5 years) thereafter.

1.3. Services shall be required for a base year beginning December 1, 2017 through November 30,
2018 and four one year options thereafter.

2. SCHEDULE OF SERVICES: These required services shall be provided Monday through Friday 0800 to 1630. Contractor is not required to provide services for Federal holidays or weekends.





Test Description



Estimated Annual Quantity
.
Unit Price
Estimated Annual Total
Price
Turnaround Time


Consulting for Dermatopathology Services
575
$
$
5 Days
Immunoperoxidase Services
140
$
$
5 Days
Cutaneous Direct Immunofluorescence
1
$
$
5 Days
Cutaneous Direct Immunofluorescence (Interpretation Only)
50

$

$
5 Days
H&E (Non-frozen); Process & Diagnosis; DIF
1

$

$
5 Days
H&E (Non-frozen); Diagnosis Only
1
$

5 Days


3. GENERAL REQUIREMENTS:

3.1. The Contractor shall guarantee same day or overnight transportation of stained slides (via courier service, UPS, or FedEx). Contractor shall provide the VA Salt Lake City Health Care System Pathology with the necessary shipping supplies (i.e. slide containers, bubble wrap, transport container, UPS/FedEx envelopes and prepaid overnight labels, etc.) for shipping the original consult case, additional slides, and any other correspondence at no additional charge to the government.

3.2. The Contractor shall provide electronic transmission (i.e. fax) at (801) 584-1297 of all completed consultations within five days of the time the consult was received for evaluation (eight days when/if additional stained slides are requested).

3.3. Turnaround Requirement: Turnaround time shall be five days and will begin when the contractor receives from the government, the original pathology slides. The consultation results should be received by the government via electronic transmission within the 5 day timeframe, between office hours 0800 and 1630, by the 5th day. When/if additional stained slides are requested for evaluation, an additional 3 days shall be granted. When/if additional stained slides are requested, the turnaround time from receipt of original tests/slides shall be eight days for receipt of the consultation report.

3.4. All slides are the property of the VA Salt Lake City Health Care System Pathology & Laboratory Medicine Service and shall be returned to the pathology department via courier within 2 days of the finalized consultative report.

4. REQUIREMENT OBJECTIVE:

Requirement
Objective
Responds to requests for consultations within 5 days
(8 days when/if additional stained slides are requested)
1 valid defect per quarter
(1 delayed occurrence allowed per quarter)

*** NOTE: If the contractor does not meet the requirement objective, the contractor shall be given one quarter to correct the problem. If the contractor does not show improvement during the next two quarters and/or if the contractor does not meet the performance objective for three consecutive quarters, the government shall terminate the contract for convenience.

5. QUALIFICATIONS OF CARE GIVERS:

5.1. The Contractor shall furnish a list of the qualified providers to perform all professional medical services required herein.

5.2. Physicians that work under this contract will be required to have sub-specialty boards in dermatopathology.

5.3. All professional providers of care under this contract shall:

5.3.1. Have an unrestricted license to practice medicine in one of the states or territories of the United States or District of Columbia and non-physician medical professionals shall be licensed or certified as required in the state in which they practice.

5.3.2. The Contractor shall provide the following information for all providers of care:

Copy of state license
Current copy of your malpractice insurance certificate

5.3.3. Possess basic proficiency in spoken and written English in accordance with PL 95201.

5.3.4. The parties agree that personnel working for the Contractor shall not be considered employees of the VA Salt Lake City Health Care System for any purpose when performing services under this contract and shall be considered employees of the Contractor.

6. CONTRACT REQUIREMENTS:

6.1. The contractor is responsible for providing a fully qualified Contract Manager. The Contract Manager shall be responsible for management and coordination of the contract and shall be the point of contact with all government representatives. The contactor shall notify the Contacting Officer in writing prior to contract start date the names of the Contract Manager and an alternate Contract Manager. The Contract Manager shall be available for the government to reach during normal business hours. The Contract Manager shall respond within one business day from the time of notification. During non-business hours, the Contract Manager shall respond within one business day.

6.2. The Contractor shall comply with all applicable laws, ordinances and regulations (Federal, State, City, or otherwise) covering operations under the contract.

6.3. Documentation of service performed will be reviewed prior to certifying payment. The Contract Officer's Representative, COR, will perform periodic spot checks and document with the using service to ensure records monitoring. VA Salt Lake City Health Care System will pay only for invoices/costs shown in the price schedule.

6.4. Contractor will provide VAMC with records of care for all patients that are provided services under this contract. Records shall be sent to the following address or faxed:

VA Salt Lake City Health Care System
Pathology & Laboratory Medicine Service (113)
500 Foothill Drive
Salt Lake City, UT 84148
Fax (801) 584-1297

6.5. All payments shall be made in arrears upon receipt of a proper invoice. Invoices must contain at a minimum the following information. The contractor shall provide this information on one original

invoice:
invoice number
date of service
recipient name and identifier (social security number)
CPT coding per consultation
unit cost
total cost
authorizing official

6.6. Quantities may vary. The contractor agrees to provide services, even if the estimated number of consultations sent are more or less than the amount given in the estimates

6.7. Cancellation: The government may terminate this contract at any time upon at least 30 days written notice by the contracting officer to the contractor.

6.8. Contractor shall provide 24-hour cell phone service to VA Salt Lake City Health Care System dermatopathology pathology staff for support or questions.

6.9. Contractor business hours are Monday through Friday 0800 to 1630, closed for all federal holidays and weekends.

7. PERSONNEL POLICY: The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel:

worker s compensation
professional liability insurance
income tax withholding
social security payments

8. RECORDS MANAGEMENT:

8.1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

8.2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

8.3. The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

8.4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

8.5. The Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

8.6. The Government Agency owns the rights to all data/records produced as part of this contract.

8.7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

8.8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

8.9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

8.10. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

[END OF STATEMENT OF WORK]

CLAUSES AND PROVISIONS:

Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors are to e-mail complete quotes to edward.marshburn@va.gov no later than: 4:00 PM MST on 30th October, 2017. The assigned Contracting Officer is Edward E. Marshburn, NCO19. Quotation will consist of 1) Offerors must submit their Technical Competences, Skills and Qualifications in accordance with the SOW herein. The Offerors must explain in writing how they will successfully perform this procurement action to the requirement standards; and 2) Completed Bid Schedule Item # 2 in the SOW. Also, the quotations will be marked with the Request for Quote number VA259-17-Q-0488-. Oral quotes will not be accepted.

All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/

Provision 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price will be considered. The following factors shall be used to evaluate offers: Technical acceptability, and Past Performance, as applicable will be determined in accordance with the salient characteristics provided (Please see item description). In advance, the Government will perform the Best Value determination by using comparative analysis (FAR 13.106) among the offers rated technically acceptable .

52.212-3 Offeror Representation and Certification Commercial Items (JAN 2017) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html

Clauses in Full Text:

Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition.
Clause 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
Clause IT Contract Security
Clause IL 001AL-11-15-A Limitations on Subcontracting-Monitoring and Compliance
Clause IL 001AL-11-15-B Subcontracting Commitments-Monitoring and Compliance

52.252-2 Clauses Incorporated by Reference (FEB 1998).
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):

http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/


Clauses Incorporated by Reference:

- 52.204-13 System for Award Management Maintenance (OCT 2016)
- 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
- 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding - - $15,000.00 (MAY 2014);
-52.217-8 Option to Extend Services (NOV 1999)
-52.224-1 Privacy Act Notification (APR 1984)
-52.224-2 Privacy Act (APR 1984)
- 52.232-18 Availability of Funds (APR 1984);
-52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984)
- 832.237-70 Contractor Responsibilities (APR 1984)
- 852.237-7 Indemnification and Medical Liability Insurance (JAN 2008)
- 852.203-70 Commercial Advertising (JAN 2008);
- 852.246-70 Guarantee (JAN 2008);
- 852.246-71 Inspection (JAN 2008)
- 852.273-75 Security Requirements for Unclassified Information Technology Resources (OCT 2008)

(End of 52.212-4)

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2010), for the purposes of this document, the following blocks in paragraph (b) are considered checked:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006),
(4) 52.204-10, Reporting Executive Compensation and First Tier-Tier Subcontract Awards (Jul 2010),
(9) 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003),
(11) 52.219-8, Utilization of Small Business Concerns (May 2004),
(13) 52.219-14, Limitations on Subcontracting (Dec 1996),
(14) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999),
(19) 52.219-28, Post Award Small Business Program Representation (Apr 2009),
(20) 52.222-3, Convict Labor (June 2003),
(21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jul 2010),
(22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999),
(23) 52.222-26, Equal Opportunity (Mar 2007),
(24) 52.222-35, Equal Opportunity for Veterans (Sep 2010),
(25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010),
(26) 52.222-37, Employment Reports on Veterans (Sep 2010),
(29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007),
(31) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010),
(34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008),
(40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999), and
(42) 52.239-1, Privacy or Security Safeguards (Aug 1996).

(End of clause)

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998).

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es):

http://www.acquisition.gov/far/index.html

http://www.va.gov/oal/library/vaar/


852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008).
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.B Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.B Copies may also be obtained from the contracting officer.

Provisions incorporated by reference are:

- 52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007);
- 52.204-7 System for award management (OCT 2016)
- 52.204-17 Ownership or Control of Offeror (JUL 2016)
- 52.212-1 Instructions to Offerors Commercial Items (JAN 2017);
- 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran Representation and Certification (OCT 2015)


(End of provision)

Edward Marshburn (CO)
Contracting Specialist
303-712-5733

Edward.Marshburn@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP