Inactive
Notice ID:36C25920Q0103
THIS IS A SOURCE SOUGHT NOTICE / RQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN)...
THIS IS A SOURCE SOUGHT NOTICE / RQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside a Firm Fixed Price requirement for Histocompatability & Immunogenetics testing services for the Salt Lake City VA Medical Center. The Government will use responses to this notice to help make the appropriate acquisition strategy decision. Contractor shall furnish labor, materials, and facilities to provide a complete range of diagnostic testing services, used primarily in the field of clinical organ transplantation and secondarily, for study of associations between certain diseases and several HLA alloantigen s. Services are to be performed in accordance with the standards of the College of American Pathologists (CAP) and American Society for Histocompatibility and Immunogenetics (ASHI). The contractor shall be responsible for performing analysis and result interpretation for patient specimens, as requested by the VA Salt Lake City Health Care System 500 Foothill Drive, Salt Lake City, Utah 84148. Services shall include the transportation of specimens to the contractor s laboratory(ies), the performance of analytical testing, the reporting of analytical test results, and consultative services, as required to assimilate the full scope of its laboratory operations, to the ordering facility. The contractor shall provide varying levels of support services depending on the unique characteristics presented by each individual ordering activity. The contractor shall provide STAT (within 60 minutes) on-site pick up of patient specimen samples. The contractor shall provide STAT coverage on a 24-hour basis, for clinical consultation and for final placement of organs from deceased donors including: kidney, pancreas, heart, lung, and liver transplants. All interested firms shall submit a response demonstrating their capabilities regarding the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a service-disabled veteran owned small business, a veteran owned small business, or any other type of small business business. The NAICS code to be used for this acquisition is 621511 (Medical Laboratories) is applicable to this acquisition, and the size standard is 32.5 milion. The Government reserves the right to consider all types of small business set-asides based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources-sought synopsis is voluntary. This sources-sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and verified within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 12-27-2019 at 3:30 pm MT POC for this notice is Ian Boettcher / ian.boettcher@va.gov