BID #13017
Medical Laboratories
LAB SERVICES FOR K-FALLS CBOC
Due Date: Ongoing
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS.
The Department of Veterans Affairs, VISN 20, in support of the Klamath Falls VA Community Based Outpatient Clinic (CBOC), is performing market research to compile data regarding: (1) The availability and capability of qualified small business concerns; (2) Identify if there are sufficient number of qualified Service-Disabled Veteran-Owned Small Business, Veteran Owned Small Business, HUB Zone 8(a), Women-Owned Small Business, or Small Disadvantaged Business, Small Business concerns relative to the subject North American Industry Classification System (NAICS) code. Responses to the information requested will assist the Government in determining the appropriate procurement method, including any set-aside decision. Respondents should clearly describe their capabilities to include management experience, equipment and personnel or the ability to obtain them. Furthermore, interested sources must also meet all requirements of Federal, State, and Local Municipal codes regarding operations of this type service.
The NAICS code assigned is: 621511 - Medical Laboratory Testing Services
The small business size standard is $13.5M.
Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the Klamath Falls CBOC to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Federal Business Opportunity (http://www.fbo.gov).
DESCRIPTION OF THE REQUIREMENT:
Contractor shall provide urgent (3 hours or less reporting time) and routine (24 hour reporting time) laboratory testing services for the Klamath Falls CBOC, 2819 Dahlia Street, Klamath Falls, OR 97601. Services to include: pickup specimens and transport of specimens to laboratory; pre-analytic processing as defined in its laboratory user"s manual; analysis, reporting of analytic results, consultation regarding selection, collection, transportation and result interpretation, and provide necessary supplies. The requirement includes compliance with all local, state, and federal laws applicable to patient specimen testing and transportation. The projected performance period consists of: One year base period (Anticipated start date is 1 Oct 2013 to 30 Sept 2014) with up to Four (4) option years. These dates may be adjusted based upon actual date of award.
POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:
1. Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size i.e. SDVOSB, VOSB, 8A, etc., and DUNS Number. Proof of SAM (formerly CCR) Registration and Vet Biz registry (if applicable) is highly desirable. Identify all Joint Ventures and other Teaming arrangements.
2. A brief capability statement demonstrating past performance with relevant contract services in Prime Contractor role (no more than 2 pages, 8.5 X 11).
3. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (http://www.fbo.gov).
4. Submit Capability Statements to: Department of Veterans Affairs, VISN 20 Attn: Carley Graham, no later than 12:00 PM (PST), September 24, 2013. Responses must be submitted via e-mail to: [email protected]
Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.