Q--NTX CAP Proficiency Testing

expired opportunity(Expired)
From: Federal Government(Federal)
36C25719Q0089

Basic Details

started - 26 Oct, 2018 (about 5 years ago)

Start Date

26 Oct, 2018 (about 5 years ago)
due - 30 Oct, 2018 (about 5 years ago)

Due Date

30 Oct, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C25719Q0089

Identifier

36C25719Q0089
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 5 of 7The Veterans Administration North Texas Health Care System (VANTHCS), located in 4500 S. Lancaster Rd Dallas, Texas is seeking Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12.NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE.The North American Industry Classification System (NAICS) is 621511. Any SDVOSB or VOSB firms who wish to identify their interests and capability to provide this product must provide product specifications, performance and delivery information by notifying the Contract Specialist no later than NOON PM Central Time, October 30, 2018. Notification shall be e-mailed to Ronalda Ohio, at Ronalda.ohio@va.gov.DISCLAIMERThis Sources Sought Notice is issued
solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Notice.Proficiency Testing Surveys and Linearity KitsSCOPE:BackgroundAll VHA Pathology and Laboratory Medicine Service (P&LMS) laboratories and Ancillary Testing Sites that performs patient testing, regardless of complexity, must subscribe to an external proficiency testing program that meets the Clinical Laboratory Improvement Act 1988 (CLIA 88) and its amendments; to ensure reliability of patient testing and meet accreditation requirements. Many testing systems within P&LMS also require validation of the Analytical Measurement Range (AMR) for an analyte both initially and at least every six months thereafter. This can be accomplished through purchase of linearity material that is both matrix specific and spans the range of the AMR for each analyte, when required. This is addressed in 42 CFR 493.1255 (b) and the College of American Pathologists (CAP) standard CHM.13600.This Statement of Work (SOW) is requesting the procurement of proficiency and linearity materials that are not provided through the P&LMS VA Central Office (VACO); but are still required by the guidelines set forth in VA Handbook 1106.01 7.2, 42 CFR 493 Subpart H and K, and many CAP standards. Therefore, procurement of the materials described above is not an option, but a requirement of accreditation for all VA laboratories.ScopeThe overall purpose of this requirement is to obtain a vendor to provide CLIA 88 approved proficiency testing and linearity materials, which are not already provided through P&LMS VACO funding. This will ensure that all laboratories and ancillary testing sites that perform patient testing, within the Veterans Administration North Texas Health Care System (VANTHCS), are in compliance with VHA Handbook 1106.01, 42 CFR 493 Subpart H & K requirements, and CAP accreditation standards. For this award, the proficiency testing program must be approved for the following CLIA specialties: Anatomic Pathology, Microbiology, Diagnostic and General Immunology, and Routine and Special Chemistry. LocationThe proficiency and linearity materials will be utilized for compliance testing in the P&LMS Department of the VANTHCS System, including: the Dallas VAMC, Sam Rayburn Memorial Medical Center (Bonham, TX), and Fort Worth VA Outpatient Clinic. Vendor ResponsibilitiesVANTHCS intends to award a contract to the vendor who can supply the following for the Beckman DxC 800 and DxC 600 during the contract period:General Chemistry Linearity material for plasma/serum Albumin, Calcium, Chloride, CO2, Creatinine, Glucose, Iron, Magnesium, Osmolality, Phosphorous, Potassium, Total Protein, Sodium, BUN, Uric Acid, Alkaline Phos, ALT (GPT), Amylase, AST (SGOT), CK, CKMB, GGT, LDH, Lipase, Total and Direct Bilirubin, Cholesterol, HDL, and Triglycerides linearity/calibration verification (9 kits per year). Therapeutic Drug Linearity material for plasma/serum Lithium and Salicylates (2 kits per year).Urine Chemistry Linearity material for Amylase, Calcium, Chloride, Creatinine, Glucose, Osmolality, Phosphorus, Potassium, Total Protein, Sodium, BUN, Uric Acid (2 kits per year).Linearity material to monitor ammonia (4 kits per year).Protein Linearity material for Anti-1-Antitripsin, C3 & C4, IgA, IgG, and IgM (2 kits per year).Urine Chemistry Linearity material for only Microalbumin, Creatinine, and calculated Microalbumin/Creatinine Ratio (4 kits per year).Molecular Diagnostics Linearity material for HIV and HCV Viral Load (1 Kit each per year).Vendor will also provide the following proficiency testing (PT) surveys and calibration/linearity materials for the following: Small instrument calibration/linearity verification materials including: Adjustable micropipette calibration verification, Gravimetric pipette calibration, Microtiter plate linearity, Refractometer calibration, Spectrophotometer stray light check, UV wavelength absorbance check, Fluorescent intensity check, Ocular micrometer calibration, Osmometer study, Peak absorbance measurement, pH meter check, Photometric calibration visible wavelength (2 kits per year).Interlaboratory Comparison Non-GYN Cytology PT surveys for seven (7) pathologists (2 surveys per year).Microbiology Laboratory Preparedness to ensure the laboratory is ready for handling of dangerous organisms (2 kits per year).Miscellaneous survey replacement samples are required as needed in the case of instrument malfunction during processing or technical exception. TasksTask 1: Proficiency Testing and Linearity programThe contractor must be on the CMS list of CLIA-approved proficiency testing providers for Chemistry, Diagnostic Immunology, Immunoglobulins, Microbiology/Bacteriology, Urinalysis, and Cytology.The contractor s program must be a CLIA approved proficiency testing program that supplies both proficiency testing and linearity materials.The proficiency testing/linearity program must:Provide at a minimum the following specimens or materials within the VANTHCS System:General Chemistry Linearity materials for both plasma/serum that include all listed analytes to be shipped to Dallas VAMC (4), FWOPC (1), and Bonham (1) approximately every six months. Therapeutic Drug Linearity materials for Lithium and Salicylates (2 shipments approximately every six months to Dallas VAMC).Urine Chemistry Linearity materials (2 shipments approximately every six months to Dallas VAMC).Serum Ethanol Linearity materials shipped to Dallas VAMC (2) and Bonham (1) approximately every six months.Ammonia Linearity materials shipped to Dallas VAMC (1), Bonham (1), and FWOP (1) approximately every six months.Serum Protein Linearity materials that include all listed analytes to be shipped to Dallas VAMC approximately every six months.Urine Microalbumin/Creatinine Linearity materials shipped to FWOP (1) and Bonham (1) approximately every six months.Small Instrument Linearity materials shipped to Dallas VAMC approximately every six months.Interlaboratory Comparison Non-GYN Cytology PT surveys for seven (7) pathologists shipped to Dallas VAMC approximately every six months.Laboratory Preparedness Survey materials shipped to Dallas VAMC (1) approximately every six months.HIV and HCV Viral Load Linearity materials shipped to Dallas VAMC (1 for each analyte) approximately every six monthsInclude a mechanism for the contractor to notify the following in the VANTHCS System: VANTHCS Contract Officer Representative (COR), VANTHCS Laboratory Manager, VANTHCS Quality Medical Technologist (QMT), and each individual laboratory point of contact (POC) of any PT/linearity updates.Include a contractor established event calendar and/or shipping table that identifies the date each PT/linearity is scheduled to be shipped to the laboratory.The contractor is to ensure that PT/linearity materials are shipped at the proper temperature to ensure viability of specimens when they arrive at the testing laboratory.Have a mechanism that allows each individual laboratory to transmit PT/linearity results electronically via a secured website or by facsimile.Include formal evaluation of results for each test. Formal evaluation reports must include:A mechanism for each laboratory to compare its PT performance or results against peer laboratories using the same method (when applicable).A summary of the individual laboratory s historic performance over the past three PT events.Overall performance that indicates whether current performance is satisfactory, at risk pending future performance, or unsatisfactory.A summary of peer participant results (when applicable).The reason any proficiency testing result was not scored or graded.Provide the VANTHCS Laboratory Manager, VANTHCS Quality Medical Technologist (QMT), individual laboratory s point of contact (POC), the Regional Medical Technologist, and the laboratory s accrediting organization:Documentation of PT/linearity formal evaluations.Written notification when PT results are not received by the contractor, when analyte performance is scored as unacceptable, and when analyte overall performance is assessed as unsatisfactory.Provide a plan for replacement of defective or damaged PT/linearity materials.Provide a glossary of terms when technical terminology is used in a PT survey or calibration/linearity verification kit.Have an electronic method (i.e., website, fax, email) for receipt of VA furnished correspondence. Contract prices should include any costs associated with the electronic data transmission.Task 2: Deliverables: Mailed, Written Correspondence, Database FilesAll Mailed deliverables, which includes PT/linearity materials shall be shipped Freight On Board (FOB) Destination (paid by contractor) and shipped directly to the performing laboratory.Written correspondence may be shipped FOB Destination (paid by the contractor) or delivered electronically to the COR, QMT, laboratory POC, VA Regional Technologist, and accrediting agency. The electronic format must mirror the contents of a paper format. Written or electronic correspondence must be sent for the following:PT/linearity updates will be provided within 10 working days of a change.PT/linearity manuals, catalogs, and event calendars (with shipping tables) will be made available to all above parties within 10 working days of the award for base and each option year.PT/linearity formal evaluation reports will be made available to all above parties within 30 calendar days of the evaluation. Database files (i.e., XML, Excel, HTML) shall be submitted to the COR, QMT, and laboratory POCs electronically.PT/linearity ordering, shipping, pricing information (to include updates/changes), and cut-off dates shall be provided to the COR, QMT, and laboratory POC within 10 working days.Summary/Confirmation of all order changes and a running balance report shall be provided monthly (30 calendar days) to the COR, QMT, and laboratory POC.The contractor shall provide PT/linearity performance data in both a paper format and XML format through a secured FTP server connection.The contractor shall submit any required documentation to the laboratory s accrediting organization using a format that is routinely accepted by the accrediting organization.Authorized Ordering OfficesTask orders, for all individual VANTHCS laboratories, will be awarded and managed by the COR. Changes to orders can be made as needed during the course of the contract. Actual (running) balance will be reconciled between the contractor and the COR on a monthly basis.Government Furnished ItemsEach VANTHCS Laboratory will provide PT/linearity testing results to the contractor via electronic method(s) determined by the contractor.VANTHCS QMT will provide respective laboratory POC(s) and other demographics using forms provided by the contractor.The COR will provide contact information for the Regional Medical Technologist post award.The COR will provide the initial (annual) PT/linearity material order in the format and time period determined by the contractor, using the forms provided by the contractor.The COR will provide any order changes, via electronic transmission, within a week when needed.Contractor Security Contract Requirements.Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.Access to VA Information and VA Information SystemsA contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor.The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination.VA Information Custodial LanguageInformation made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements.Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract.The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract.The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. NOTE: NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA.All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. Contact Information: Ronalda Ohioronalda.ohio@va.gov Office Address :00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106 Location: Department of Veterans Affairs Amarillo Health Care System Set Aside: N/A

Department of Veterans Affairs;Dallas VA Medical Center;4500 S Lancaster Rd;DallasLocation

Address: Department of Veterans Affairs;Dallas VA Medical Center;4500 S Lancaster Rd;Dallas

Country : United States

You may also like

TESTING, CRIME LABORATORY PROFICIENCY

Due: 30 Sep, 2025 (in 17 months)Agency: Minnesota Department of Administration

Water Microbiology Proficiency Testing Samples

Due: 31 Oct, 2027 (in about 3 years)Agency: University of Wisconsin-Madison

PROFICIENCY TESTING MATERIALS

Due: 13 Nov, 2024 (in 6 months)Agency: NATIONAL INSTITUTES OF HEALTH

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 621511 GSA CLASS CODE: Q