Q– Eye Pathology Consultative Services
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: Q-- Eye Pathology Consultative Services
Classification Code:
Solicitation Number: 36C24118Q0362
Contact: Valerie DeAngelisContracting Specialist 401-459-4760 x1594 mailto:[email protected]
Description:
Providence VAMC
Sources Sought Notice Obtain Off-Site Consultative Eye Pathology technical and professional services on behalf of the VA VISN1 New England Medical Centers
This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirements described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought.
The
General Requirements:
Services are required to perform off-site Consultative Eye Pathology technical and professional services for the
Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and services necessary to provide services as defined in the PWS except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
Objectives:
Consultative Eye Pathology technical and professional services
Special Staining
Scope:
The contractor shall provide testing as outlined in the PWS (see test menu). For clinical laboratory samples, the VAMC shall provide a contractor provided requisition form containing at a minimum the patient s full name, hospital identification number, tests to be performed, sample collection date/time, ordering provider, sample type and date of birth (second identifier). For specialized testing, the VAMC shall provide a brief clinical history when necessary.
CPT codes 8000-9000 shall be included as well as generic codes when new tests are implemented. New tests or products not identified may be added with the permission of the Contracting Officer (CO) and Contracting Officer s Representative (COR). Pricing shall be reviewed and determined to be fair and reasonable prior to ordering products or services.
Locations:
VA
VA
VA Providence,
VA
VA
VA Central Western MA,
VA
General Information:
Perform testing services entirely upon their premises.
Accept the unique facility National Provider Identifier (NPI) number and not require an NPI for each individual ordering practitioner.
Perform consults for VAMC patients for the tests defined in the test menu included in the PWS. The Contractor shall bill only for the tests specified in the request sent by the
Provide a reference test manual, and report of analytical test results and consultative services as required assimilating the full scope of its laboratory operations.
Carry out its functions hereunder in full compliance with all local, state, and federal laws or regulations.
Provide all test result reports/consults immediately by fax to the send-out office of the sending
Provide a consultation/laboratory result report containing the following information:
Patient s full name
Patient s date of birth
Patient s full social security number or unique hospital identification number
Ordering Physician s name
Date/time of specimen collection, when available
Date/time test completed
CPT codes
Test result(s)
Flagged abnormal results - if applicable
Type of specimen/source
Any additional comments related to test provided by ordering physician, if applicable
Unsatisfactory specimen shall be reported with regard to its unsuitability for testing
VAMC submitting facility name
Patient location- if supplied
Date/time specimen receipt
Abnormal intervals/Toxic & therapeutic ranges - if applicable
Any other information the laboratory has that may indicate a questionable validity of test results.
VAMC facility account number
Contractor accession number
Contractor address
Contractor CLIA number
Reference intervals- if applicable
Testing laboratory name
Consult with VAMC on test results by telephone as needed.
Provide a printed or electronic Laboratory Manual containing the following information:
Testing methodology for a test must be defined in the laboratory user s manual
Department hours of operation
Accreditation
Technical Staff
Service Departments (Method of contacting, phone numbers, hours of availability)
Quality Assurance Information
Billing Procedures & fee schedules for services provided
Procedures and criteria for phoning reports and other important information
Report forms
Provide telephone number(s) and contact person(s) to be used by the
Maintain the minimum acceptable service, reporting systems, and quality control as specified herein. Immediate (within 24 hours) notification must be given to VA Contracting Officer upon adverse action by a regulatory agency.
Assign a specific local account representative.
Advise VAMC facility of any planned changes in methodology, procedure or reference ranges at least 14 days prior to changes. In the event that two week notification is not possible due to emergency, contractor shall notify VAMC as soon as possible.
Not release patient s records that include test results to any person other than the ordering healthcare provider or VA Pathology and Laboratory Medicine staff member. All patient records shall be treated as confidential so as to comply with all state and federal laws regarding the confidentiality of patient s records. This provision shall survive termination of the resulting contract award.
Certify and ensure that all employees, officers, or agents do not use Protected Health Information received from any VAMC site that would constitute a violation of any applicable provision in standards set forth in the Health Insurance Portability and Accountability Act (HIPAA).
Provide 4 quarterly (Oct- December, January- March, April-June, July- September) utilization/cost reports and an annual report (for contract performance period) to the sending
Licensing and accreditation
1. Shall have all licenses, permits, accreditation certificates required by Federal law and State law.
2. Shall be accredited by the
3. Medical Director(s) must have suitable qualifications and experience to direct a laboratory providing consultation services under this contract according to CLIA and CAP standards.
4. Personnel assigned to perform the services covered by this contract shall be eligible to provide the services of this contract and licensed in a State, Territory, or Commonwealth of
5. Must comply with the regulatory requirements of Health and
6. Must notify the Contracting Officer immediately, in writing, upon its loss (or any of its subcontractors) of any required certification, accreditation, or licensure.
7. Shall maintain safety and health standards consistent with the requirements set forth by the Occupational, Health, and
Contract Performance Monitoring:
Quality Control: The contractor shall operate a successful quality assurance program as required by CAP/CLIA. Services are to be performed in accordance with the PWS. The quality control program must include procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means by which the contractor laboratory assures that work complies with the requirement of the contract.
The contractor s facilities, methodologies (defined as the principal of the method and the references), and quality control procedures may be examined by representatives of the VAMC during the life of the contract.
Quality Assurance: The Contractor shall comply with all applicable
Federal Holidays: (The contractor does not have to perform on these holidays)
Independence
Hours of Operation: The contractor is responsible for providing services
Physical Security:
The contractor shall be responsible for safeguarding all government equipment, information and property provided to the contractor laboratory. Each specimen that is lost by the contractor laboratory shall incur a charge of
Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend a post award conference convened by the contracting activity in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings, the contracting officer shall apprise the contractor of how the government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
Government Personnel: The follow individual is the Program Manager for this effort:
Contractor Program Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between
Identification of Contractor Employees:
All contract personnel attending meetings, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.
Contractor Furnished Items and Responsibilities:
The Contractor shall furnish all supplies, equipment, facilities and services required to perform work as outlined in this contract.
RESPONSE COMMITMENT
I. NOTES:
A. All questions, comments or concerns shall be directed to [email protected]
B. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility to participate in a future acquisition does not depend upon a response to this notice.
C. Proprietary information is neither requested nor desired. If such information is
submitted, it must clearly be marked "proprietary" on every sheet containing such
information, and the proprietary information must be segregated to the maximum extent
practicable from other portions of the response (e.g., use an attachment or exhibit).
II. TIMELINE:
A. This request will close 5 business days after this notice is published on the FBO site.
III. Requested information:
Interested parties shall provide the following information in addition to your capability response:
A. Format:
1. MS Word or pdf format (please ensure email is under 5 mb)
2. Page limit 2-4 pages (please make the response as brief and concise as possible)
3. Company name and Sources Sought number listed on each page
B. Specifics:
1. In your response, please provide the following information based on the
requirement.
a. Your company s capability of fulfilling this requirement as it is described.
2. Please also provide name of company, company address, a contact person s
name, telephone number, fax number and email address.
3. DUNS number, and indicate if actively registered on System for Award
Management (SAM)
4. Contractual vehicles the company holds, such as NAC or
5. Socio-economic Status & NAICS Code: State the size of your company [e.g.,
8(a) (including graduation date), HUBZone-certified small business, Service-
Disabled Veteran-Owned small business, small business, large business, etc.].
Notes:
1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The
2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government.
Contracting Officer
Email: [email protected]
Test Menu - Cost Per Test (CPT) Attachment
NOTE: Quantities are estimated, based on historical usage and not guaranteed
Test Description/CPT Code
Estimated Annual Qty
Surg, Path Gross & Micro LVL III CPT 88304 (technical)
15
Surg, Path Gross & Micro LVL III CPT 88304 (professional)
15
Surg, Path Gross & Micro LVL IV CPT 88305 (technical)
10
Surg, Path Gross & Micro LVL IV CPT 88305 (profssional)
10
Surg, Path Gross & Micro LVL V CPT 88307 (technical)
6
Surg, Path Gross & Micro LVL V CPT 88307 (professional)
6
Surg, Path Gross & Micro LVL V CPT 88309 (technical)
1
Surg, Path Gross & Micro LVL V CPT 88309 (professional)
1
Immunocytochem-EA, Antibody CPT 88342 (technical)
15
Immunocytochem-EA, Antibody CPT 88342 (professional)
15
Special Stains - Group 1 88313 (technical)
25
Special Stains - Group 1 88313 (professional)
25
Immunofluores, Study-EA Antibody 88346 (technical)
5
Immunofluores, Study-EA Antibody 88346(professional)
5
Immunofluores, Study-EA Antibody 88350 (technical)
15
Immunofluores, Study-EA Antibody 88350(professional)
15
IN SITU HYBRID PER SPEC EA ADD SINGLE PROBE STAIN PROC 88364 (technical)
1
IN SITU HYBRID PER SPEC EA ADD SINGLE PROBE STAIN PROC 88364 (professional)
1
IN SITU HYBRID PER SPEC EA MULTIPLEX PROBLE STAIN PROC 88366 (technical)
1
IN SITU HYBRID PER SPEC EA MULTIPLEX PROBLE STAIN PROC 88366(professional)
1
MORPH ANALYSIS IN SITU HYB MANUAL EA ADDL SINGLE PROBE STAIN PROC 88369 (technical)
1
MORPH ANALYSIS IN SITU HYB MANUAL EA ADDL SINGLE PROBE STAIN PROC 88369(professional)
1
MORPH ANLYS IN SITU HYBRID COMP ASST PER SPEC
1
MORPH ANLYS IN SITU HYBRID COMP ASST PER SPEC EA ADDL SINGLE PROC STAIN TECH 88373
1
CONSULTATION AND REPORT 88323 (technical)
5
CONSULTATION AND REPORT 88323 (professional)
5
MORPH ANALYSIS IN SITU HYB COMP ASST PER SPEC EA MULTIPLEX PROBE STAIN PROC 88374 (technical)
1
MORPH ANALYSIS IN SITU HYB COMP ASST PER SPEC EA MULTIPLEX PROBE STAIN PROC 88374 (professional)
1
MORPHOMETRIC ANLYS IN SITU HYB MANUAL EA MULTIPLEX PROBE STAIN PROC 88377(technical)
1
MORPHOMETRIC ANLYS IN SITU HYB MANUAL EA MULTIPLEX PROBE STAIN PROC 88377(professional)
1
Interp Report, Outside 88321 (professional)
10
IMMUNOHISTO CHEM/CYTO PER SPEC EACH ADDL SINGLE ANTIBODY
1
IMMUNOHISTO CHEM/CYTO PER SPEC EACH ADDL SINGLE ANTIBODY
1
IMMUNOHISTO CHEM/CYTO PER SPEC EACH ADDL SINGLE ANTIBODY
50
IMMUNOHISTO CHEM/CYTO PER SPEC EACH ADDL SINGLE ANTIBODY
50
Link/URL: https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/36C24118Q0362/listing.html
J– 36C26218Q0665_SERVICE to REPAIR/REPLACE Walk-In Freezers/Coolers
Blue Cross will cover UMMC care if contract lapses
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News