Skip to main content

An official website of the United States government

You have 2 new alerts

Q301--Reference Lab for Detroit

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Aug 02, 2024 03:04 pm EDT
  • Original Response Date: Aug 09, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Department of Veterans Affairs Detroit , 48201
    USA

Description

Sources Sought Notice Sources Sought Notice Page 4 of 4 *= Required Field Sources Sought Notice Page 1 of 4 This is not a solicitation. This is a Request for Information, Sources Sought only for the Aleda E. Lutz VA Medical Center. Information collected during this Sources Sought may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2024-06. The North American Industry Classification System (NAICS) number is 621511. The NAICS size is $41.5M. Contractors that deem themselves capable of meeting the requirement shall provide the below information to Morgan Stein, Contract Specialist, at Morgan.Stein@va.gov no-later-than 8/9/2024 at 12 PM NOON, Eastern Time, referencing 36C25024Q0914 Reference Lab Services - Detroit . REQUIREMENTS: The Department of Veterans Affairs Network Contracting office (NCO) 10, 3140 Governor s Place Blvd. Suite 210, Kettering OH 45409-1337, intends to solicit offers from personnel with at least three (3) years experience providing laboratory services and must have at least one-year experience in transporting biomedical materials. Contractors must maintain current accreditation with Clinical Laboratory Improvement Amendments (CLIA) certification, or clinical pathology certification. The Contractor/Subcontractor shall have all licenses, permits, accreditation and certificates required by law. The reference laboratory shall be licensed / accredited by the College of American Pathologists (CAP) or The Joint Commission (TJC), or any other licensing and / or Accreditation in order to perform the required testing listed. In addition, the laboratory must be certified as meeting the requirements of the Department of Health and Human Services Clinical Laboratory Improvement Act of 1988 (CLIA). The Contractor shall maintain state license current accreditation with Clinical Laboratory Improvement Amendments (CLIA) certification, or clinical pathology certification. Laboratory Director shall be a licensed American Board of Pathology certified pathologist or appropriately certified bio-analyst. CLIA certifications shall include approval for testing for the following disciplines / subdisciplines and effective dates of approval for each disciplines/subdisciplines: Histocompatibility (010) Bacteriology (110) Mycobacteriology (115) Mycology (120) Parasitology Virology (140) Syphilis Serology (210) General Immunology (220) Routine Chemistry (310) Urinalysis (320) Endocrinology (330) Toxicology (340) Hematology (400) Immunohematology ABO Group & Rh type (510) Immunohematology Antibody Detection (transfusion) (520) Immunohematology Antibody Detection (non-transfusion) (530) Immunohematology Antibody Identification (540) Immunohematology Compatibility Testing (550) Histopathology (610) Oral Pathology (620) Surgical Pathology Molecular Biology Cytology (630) Radio bioassay (800) Cytogenetics (900) *See attached Performance Work Statement (PWS) for detailed information regarding this requirement. This service contract will cover a base year with additional 4 option years. Contractor must be registered with https://www.sam.gov Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA and be able to be located through SBA - Dynamic Small Business Search. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with in VetCert at Veteran Small Business Certification (sba.gov) as an SDVOSB or VOSB. FOB: Destination Place of Performance: John D. Dingell VA Medical Center 4646 John R Street Detroit, MI 48201 USA Responses shall include: Business Name and Address Contract Number services are covered under, if applicable Point of Contact Name, Phone Number and E-mail Address SAM UEI and NAICS code Business Size SMALL or LARGE Type of Business: service-disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. Information for the services you would. If the vendor is the manufacture or a certified Arjo installer, please provide documentation to that effect. If the vendor is the manufacturer and has authorized certified Arjo installers, please provide a list of the authorized certified installers as well. Current lead time of services that will be proposed.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History