The RFP Database
New business relationships start here

Laboratory Services in Bozeman Montana VA Community Based Outpatient Clinic (CBOC) in Bozeman, MT


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

Page 3 of 3

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.

The Bozeman VA Community Based Outpatient Clinics (CBOC) located in Bozeman, MT and the Network Contracting Office (NCO) 19 are performing market research to determine if there are a sufficient number of qualified providers/firms for the collection of venous blood and urine samples from patients, properly label each sample, process the blood and urine samples, and provide packaging of those specimens according to written requirements. The contractor shall provide services within the city limits of the Bozeman CBOC location.

GENERAL REQUIREMENTS:

Firms responding shall specify they can meet the required specifications:

Cost Per Test: The Contractor(s) shall provide laboratory services properly authorized and requested by a VA-authorized physician assigned to the Bozeman, MT VA CBOC.

When needed by the CBOC site, the contract lab staff will perform the collection, processing and boxing of samples to be forwarded to a VA facility for testing according to printed sample and shipping requirements provided by the VA Lab. Shipping costs for lab samples and supplies required will be covered by the VA. Prior to collection and labeling of laboratory samples, strict patient identification procedures will be used to include at least two of the following patient identifiers: Full Name, Full SSN, and Date of Birth. Computerized printed labels for placement on all samples will be supplied with each patient s printed test order which will also describe the sample collection information and any special patient preparation and sample handling required. Sample labeling must include full patient name, full SSN, date/time collected and patient fasting status. For therapeutic drug level collection, time of last dose is required to be recorded on the printed order which is returned with the processed samples to the VA Ft. Harrison Laboratory.

Because the VA would like to receive the samples in their preferred sample containers, the VA will provide the processing and shipping supplies at no cost which will include:
Sample Collection tubes
Serum/plasma sample transport tubes and zip lock bags
Urine collection and transport supplies
Frozen sample transport supplies (sample tubes and frozen sample shippers)
Sample transport shipping boxes acceptable to courier service

Contractor shall insure the confidentiality of all patient and employee
information and shall be held liable in the event of breach of confidentiality.
System of Records: The Veterans Administration system(s) of records to which the Contractor personnel will have access to maintain patient medical records.


Estimated Volume of Services requested:
Description
Estimated QTY
Unit



Collection of blood and urine samples from veteran patients, processing samples and packing into box for courier pickup daily
Approximately 0-20 patients daily. Most commonly each patient will require a set of serum tests, whole blood tests and urine tests
0-100 patients weekly, needed when VA Clinic staffing is too low to provide this service or for individual patient difficult to draw

All interested parties who can meet the requirements stated above should respond to this announcement via email to Christy.Lee@va.gov no later than Thursday, February 21, 2019 at 2:30 PM (Mountain Standard Time). Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number and email address, DUNS number, and capability statement for the services as stated above. Additionally, provide two (2) customer references to which you have provided similar services, and your company business size indicate which business category for which you qualify.
THIS IS NOT A REQUEST FOR PROPOSAL. NAICS Code 621511 is applicable to this acquisition, and the business size standard for a contractor is $30 Million. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System Award Management System (SAM) database prior the receipt of quote. Services shall be required for one base year and four one-year options.

Christy Lee (CS)
Contract Specialist
303-712-5731

christy.lee@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP