Q301--NEW VISN12 Reference Laboratory Testing

expired opportunity(Expired)
From: Federal Government(Federal)
36C25224R0049

Basic Details

started - 12 Apr, 2024 (17 days ago)

Start Date

12 Apr, 2024 (17 days ago)
due - 23 Apr, 2024 (6 days ago)

Due Date

23 Apr, 2024 (6 days ago)
Bid Notification

Type

Bid Notification
36C25224R0049

Identifier

36C25224R0049
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103383)VETERANS AFFAIRS, DEPARTMENT OF (103383)252-NETWORK CONTRACT OFFICE 12 (36C252) (4679)

Attachments (1)

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.

THIS IS A SOURCES SOUGHT (SS) NOTICE ONLY, NOT A SOLICITATION ANNOUNCEMENT AND SHOULD NOT BE CONSIDERED AS SUCH. The Government will not pay for any information received in response to this notice, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. This notice does not constitute a commitment by the Government. Any information provided in response to this market survey will be used for informational purposes only and will not be released. Vendor participation is not a promise of future business with the Government. The purpose of this notice is to conduct market research and obtain information to identify possible businesses that are capable of providing medical laboratory testing, analysis, courier, and related services at the time of this posting. Adequate information shall be provided for the Government to determine Contractor s ability to provide the required services and meet test menu requirements at
the time of Contractor s response to this notice. The VA Great Lakes Health Care Network (referred to as VISN 12) will be pursuing a VISN-wide firm fixed price Indefinite Delivery Indefinite Quantity contract in the near future. The contract will be awarded to a single Contractor for a base year and four (4), one year options for comprehensive commercial reference medical laboratory testing and analysis services. The required VISN 12 test menu is attached. Potential sources shall submit: Business name, address, point of contact and phone number. Business size, any applicable socio-economic category and SAM unique Entity Identifier (UEI) number. Copy of Contractor s current test menu. Information for recent/relevant Government projects similar in nature/size and complexity to include customer name(s), contract number(s), period of performance, testing performed and contract(s) value. If you have not performed any contract of a similar scope and size, please note that in your response. A list of Contractor s testing laboratory location(s). Include address, CLIA licensure number, Lab Certification Code(s), effective dates, and Lab Director for each testing site. Contractor s current laboratory accrediting agency for each testing site. College of American Pathology (CAP), The Joint Commission on Laboratory Accreditation (TJC), The Commission on Office Laboratory Accreditation (COLA), etc. A list of VHA laboratories with currently established and fully operational LEDI interconnections for automatic ordering and resulting of laboratory tests between Contractor s testing laboratory information system and the sending VHA laboratory s VA VistA Laboratory Information System (LIS). Include the types of tests utilizing the LEDI interconnection at each VHA laboratory. Provide a list of all required tests (see attached test menu) that are not performed in-house. For tests not performed in-house by the Contractor, provide a list of external laboratories where testing is referred to include Laboratory name, address and CLIA number. Indicate for each respective laboratory whether or not a formal agreement and/or contract is in place to perform the testing. Confirmation that your CAP, TJC, or COLA test activity menu demonstrates accreditation for the complete VISN12 test menu. Detailed documentation demonstrating the Contractor s ability to meet each of the requirements listed in the Requirements section below as well as test menu requirements. A report of your company s maximum capacity (number of tests capable of performing in one month). A report of your current monthly output (number of tests currently being performed by your company). Minimum Requirements: Contractor Laboratory (ies) shall be certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988 (CLIA-88). Contractor Laboratory (ies) shall be fully licensed and accredited ensuring compliance with CLIA-88, The College of American Pathologists (CAP), The Joint Commission on Laboratory Accreditation, and/or other state regulatory agencies as mandated by federal and state statutes. Contractor shall accept a single purchase order from each participating V12 laboratory for invoicing purposes. Contractor shall perform required testing listed on the VISN 12 test menu within awarded Contractor s laboratory(ies) with minimal referral to external/outside laboratories. For any testing not performed in-house at Contractor s lab, Contractor referred tests shall only be sent to a laboratory meeting all CLIA-88 regulatory requirements. Contractor shall provide a copy of their current VA-approved, national or local MOU/ISA demonstrating bi-directional computer-based interconnectivity capability between the awarded Contractor s testing laboratory(ies) lab information system (LIS) and the participating laboratory s VA VistA LIS. If the Contractor does not currently have a VA-approved national or local MOU/ISA, identify what steps have been taken to obtain one. Contractor shall have a successfully established and fully operational bi-directional interconnection immediately available prior to contract performance at the participating VISN12 laboratories. The interconnection shall include and/or support: electronic ordering between Contractor s LIS and VHA Laboratories automatic population via HL7 messaging directly into the VA VistA LIS of qualitative and quantitative test results and other relevant information. generation of shipping manifests from each participating V12 laboratory for individual specimen tracking and order accuracy. Contractor shall meet VHA Directive and Handbook 6500 requirements that are applicable to the existing fully operational interconnection and sustain compliance as delineated in the Contractor s respective VA-approved MOU/ISA. Contractor shall perform specimen pick-up services (routine and stat) from all participating VISN 12 Laboratories. Contractor shall perform routine specimen pick-up from the area(s) identified by each participating VISN 12 laboratory. Routine pick-up shall occur daily, Monday through Friday at the same pre-scheduled time. Pick-up times shall be based upon each V12 Laboratory hours of operation, workflow, and staffing. Contractor shall provide STAT specimen pick-up services within four hours of notification for facilities within the metropolitan areas of Chicago, Milwaukee and Madison, and six hours for Tomah, Iron Mountain and Danville VISN 12 Laboratories. Pick-up services shall include packaging of specimens to maintain specimen integrity during transport while ensuring Department of Transportation (DOT), International Air Transport Association (IATA), and other applicable requirements for transportation are met. Contractor shall reconcile specimens for transport against the respective manifest prior to departing each VISN12 laboratory pick up location. Contractor shall provide transportation/delivery/routing to the Contractor s respective testing laboratory location to perform testing. Contractor shall provide any special preservatives and/or collection containers required for specimen preservation. Contractor shall provide an on-line test inquiry system (website or SharePoint) for access to test information that includes test name, synonyms as applicable, ordering test code, CPT code, LOINC code, reference range, test methodology, specimen type(s), collection and handling requirements, clinical significance/test interpretation and test turn-around time. This should include any tests that are being subcontracted. Contractor shall provide automatic notification to each participating VISN12 Lab point(s) of contact following required test order delays, changes, or cancellations. Test order delays, changes and test cancellation notifications shall be generated on date of occurrence. Contractor shall provide the capability for automatic printing/faxing of patient results/reports at each participating VISN12 lab upon completion of testing by Contractor s laboratory. Contractor shall provide customer service representatives that are available for contact by phone 24 hours per day, 7 days per week. Contractor performing laboratory shall call critical test results to the respective VISN12 lab POC(s) immediately following test completion, regardless of time of day. Contractor shall provide customer service and/or technical support staff to respond to routine inquiries regarding specimen collection requirements for any test under the contract including those tests that are performed by a sub-contractor. These inquiries shall be addressed at the time of the initial call. Inquiries for esoteric collection requirements shall be addressed within Â1⁄2 hour of initial call. Contractor shall provide, within two (2) hours of initial call, technical expertise to address test utilization inquiries. Result interpretation inquiries shall be addressed within four (4) hours of initial call. Contractor shall provide customer service for calls related to account follow-up, supply ordering, test pricing, etc. These questions shall be addressed within four (4) hours of the initial call. Responses to this notice shall be emailed to Donald.st.onge@va.gov. Include the following in the email subject line: Reference Laboratory Testing Services . The associated North American Industrial Classification System (NAICS) code for this procurement is 621511, Medical Laboratories and the small business size standard of $41.5 million. Vague or incomplete submissions of capabilities will not be considered responsible sources. This notice is to assist in determining potential sources only. Adequate information shall be provided for the Government to determine Contractors ability to provide the required services and meet test menu requirements at the time of Contractor s response to this notice. There is no solicitation currently available. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside, sole source award or any other guarantee of award strategy. All information is to be provided on a voluntary basis and at no charge to the Government.

GREAT LAKES ACQUISITION CENTER 115 S 84TH ST  MILWAUKEE , WI 53214  USALocation

Office Address : GREAT LAKES ACQUISITION CENTER 115 S 84TH ST MILWAUKEE , WI 53214 USA

Country : United StatesState : WisconsinCity : Milwaukee

You may also like

OPTION 1: REFERENCE LAB TESTING SERVICES

Due: 30 Jun, 2024 (in 2 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

REFERENCE LABORATORY SERVICES FOR SAGINAW VA.

Due: 31 May, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

REFERENCE LAB TESTING

Due: 31 Aug, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 621511Medical Laboratories
pscCode Q301Laboratory Testing Services