AUTOPSY PATHOLOGIST NAVAL MEDICAL CENTER DAN DIEGO
ID: HT941024Q2097Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- PATHOLOGY (Q515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide autopsy pathologist services at the Naval Medical Center San Diego (NMCSD). The procurement involves non-personal services for one Autopsy Pathologist, responsible for handling hospital, fetal, and forensic autopsy cases, as well as managing administrative and quality assurance duties from September 30, 2024, to September 29, 2029. These services are critical for maintaining the laboratory's operational integrity and compliance with medical standards. Interested parties must submit their quotes electronically by 10:00 AM PDT on September 20, 2024, and can contact Jane Pamintuan at jane.v.pamintuan.civ@health.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a combined synopsis/solicitation for commercial items from the Naval Medical Center San Diego (NMCSD) Laboratory Department, specifically seeking to procure non-personal autopsy pathologist services. The services requested include handling hospital, fetal, and forensic autopsy cases, along with administrative and quality assurance duties from September 30, 2024, to September 29, 2029. The solicitation, posted under RFQ Number HT941024Q2097, is designated for small businesses under NAICS code 621511. Quoters are required to submit detailed technical quotes and past performance references, showcasing capability and relevant experience within the past three years. Evaluation criteria emphasize technical capability as acceptable/unacceptable, with past performance given more weight than price during the selection process. Submission must be electronic in a PDF format by 10:00 AM PDT on September 20, 2024. Compliance with various federal provisions, including those specific to telecommunications and contractor responsibilities, is also mandated as part of this acquisition process. Overall, this solicitation exemplifies federal procurement's structured approach to acquiring specialized services while adhering to regulations designed to ensure fairness and accountability in awarding contracts.
    The document presents an Independent Government Estimate for Autopsy Pathologist Services across multiple contract line item numbers (CLINs). It outlines pricing for five specific service contracts, each quantified at 300 hours, resulting in a total estimation that needs further customization based on actual requirements. It mentions key considerations for the Requesting Agency (RA) or Office of Acquisition (OA), including how estimates were constructed, underlying assumptions, sources of cost data (e.g., historical contracts or salary benchmarks), and a comparison of previous estimates to actual prices paid. The timeline for service is divided into a Base Year and four Option Years, each spanning one year beginning October 1 and ending September 30. This structure reflects the systematic approach in federal procurement processes, emphasizing budget formulation and cost efficiency. The estimate aims to assist in planning and allocating resources effectively for government contracts, ensuring transparency and accountability in the procurement of specialized medical services.
    The Past Performance Questionnaire (PPQ) is a tool used by the Defense Health Agency Contracting Activity (DHACA) to assess the past performance of an Offeror under consideration for a government contract. The document outlines the evaluation process, including a series of rating categories from "Exceptional" to "Unacceptable." Evaluators are asked to assess various performance aspects, such as the Offeror's relationship with the client, management of subcontractors, and compliance with standards, while specifying whether the ratings are applicable or not. The PPQ emphasizes the importance of feedback on the Offeror's ability to hire qualified personnel, maintain quality control, meet performance schedules, and adhere to safety and labor standards. Additionally, evaluators are prompted to provide comments regarding any contract performance issues, such as cure notices or the firm's responsiveness to performance challenges. Evaluators are also asked if they would consider awarding future contracts to the Offeror and whether the customer was satisfied with the outcomes. This structured feedback mechanism is essential for ensuring transparency and accountability in government contracting processes, thereby guiding decisions based on past performance metrics.
    The document outlines a Statement of Work for a contractor to provide autopsy pathologist services at the Naval Medical Center San Diego (NMCSD). The contractor will be responsible for overseeing and performing autopsies, instructing pathology residents, managing quality control programs, and ensuring compliance with infection control guidelines. Duties include conducting thorough examinations, maintaining equipment, managing supplies, and guiding specimen handling for toxicological studies. The position requires board certification in anatomic and forensic pathology, with at least ten years of experience. The contractor must demonstrate knowledge of relevant procedures and regulations, possess physical stamina, and adhere to safety protocols. All work is conducted on an intermittent on-call basis and requires fluency in English. Additional provisions address contractor obligations, regulatory compliance regarding drug use, and a non-employer relationship with the government. The document emphasizes the importance of maintaining confidentiality and providing a safe working environment. Government support includes workspace and necessary equipment, underscoring the collaborative framework between the contractor and NMCSD.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lab Whole Genome Testing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide whole genome sequencing testing services for the Naval Medical Center San Diego. The procurement involves a non-personal services contract that spans a base year from October 1, 2024, to September 30, 2025, with four optional renewal years, focusing on delivering high-quality genomic testing while ensuring compliance with industry standards such as HIPAA and CAP accreditation. This initiative is crucial for enhancing health services for military personnel, leveraging advanced genomic testing capabilities to improve diagnosis and treatment. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Jojie Urrete at jojie.n.urrete.civ@health.mil.
    Q301--Anatomic Pathology (Multi-Station) RFQ 36C24424Q0892 replaces RFQ 36C24423Q1176 (Corrective Action) Tiered Soliciation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Anatomic Pathology services under solicitation number RFQ 36C24424Q0892, which replaces the previous RFQ due to corrective action. The contract aims to provide comprehensive pathology testing services for the Wilkes Barre and Philadelphia VA Medical Centers, with a performance period from September 1, 2024, through August 31, 2028. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal labor standards. Interested contractors must submit their offers by October 1, 2024, at 10:00 AM EDT, and inquiries should be directed to Amanda Saunders, the Contracting Officer, at amanda.saunders@va.gov.
    Reference Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Reference Laboratory Testing Services to Diagnostic Laboratory Services, Inc. This contract will support the Laboratory Department at Naval Hospital Guam by providing comprehensive diagnostic testing and specialized laboratory services, including blood tests, genetic testing, and microbiology, which are critical for ensuring timely and accurate patient diagnoses. The contract is set to begin on September 19, 2024, with options for extension through September 30, 2026, and interested vendors must submit capability statements by 1:00 PM Pacific Daylight Time on September 12, 2024, to Merlinda Labaco at merlinda.m.labaco.civ@health.mil for consideration.
    Medical Lab Technician and Medical Lab Technologists
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to negotiate a sole-source contract with Distinctive Health Spectrum Care JV LLC for the provision of medical laboratory personnel at the Naval Hospital Guam. The procurement aims to add two Medical Lab Technologists and one Medical Lab Technician under contract HT001418D0029, Task Order N6264521F0140, for the period from October 1, 2024, to June 27, 2025, reflecting the critical need for laboratory testing services in a military healthcare setting. Interested parties may submit capability statements for consideration, although the government may opt not to pursue competitive proposals based on the responses received, with a deadline for challenges set for September 26, 2024. For further inquiries, interested vendors can contact Uyen Tran at uyen.t.tran6.civ@health.mil.
    Laboratory Diagnostic Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Army National Guard (MA ARNG), is seeking qualified vendors to provide laboratory diagnostic services for its personnel from September 30, 2024, to September 29, 2025. The contractor will be responsible for delivering comprehensive blood and urine laboratory services, including staffing, equipment, and adherence to strict quality control measures, ensuring timely collection, transportation, and testing of samples. These services are crucial for maintaining the health readiness of soldiers, as they must meet specific medical requirements for duty. Interested small businesses must submit their quotes via email by the specified deadline, and further inquiries can be directed to Lacy Phongsaly at lacy.r.phongsaly.civ@army.mil or Lars Bernard at jeffrey.l.bernard6.civ@army.mil. The solicitation number for this opportunity is W912SV-24-Q-0024.
    Intraoperative Neuromonitoring Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide Intraoperative Neuromonitoring Services at the Naval Medical Center Portsmouth (NMCP) from January 1, 2025, to December 31, 2029, with options for renewal. The contractor will be responsible for delivering real-time neuromonitoring during surgical procedures, which includes providing necessary personnel, equipment, and immediate feedback to surgical teams to enhance patient safety. This service is critical for maintaining high standards of care during complex surgeries, ensuring effective monitoring of nerve function. Proposals are due by October 17, 2024, and interested parties should contact Christine Russman at christine.l.russman.civ@health.mil or Stacy Ling at stacy.m.ling.civ@health.mil for further details.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are required to submit quotes as no written solicitation will be issued. For further details, interested parties can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728, with the archive date for submissions set for October 4, 2024.
    RFI - Medical Modeling & Simulation Research Planning Tools (PT) Sustainment, Enhancement, and Application (SEA) Indefinite Delivery Indefinite Quantity (IDIQ)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking qualified contractors for the RFI - Medical Modeling & Simulation Research Planning Tools (PT) Sustainment, Enhancement, and Application (SEA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to enhance and sustain medical planning tools such as the Medical Planner’s Toolkit (MPTk) and the Joint Medical Planning Tool (JMPT), which are critical for military medical planners in assessing resource requirements and managing casualties in various operational scenarios. The contractor will be responsible for developing IT applications, creating a common user database, and implementing analytical methodologies, with work to be performed both on-site in San Diego, California, and remotely. Interested parties must submit a cover letter and capabilities statement by October 9, 2024, and should direct inquiries to Shaina M. Sollenberger or Gerald Bowne via their provided email addresses.
    Immunohistochemistry (IHC) Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for an Immunohistochemistry (IHC) Slide Staining Platform and related supplies for the Madigan Army Medical Center (MAMC) in Tacoma, WA. The procurement aims to acquire an automated Roche/Ventana Benchmark Ultra IHC platform along with necessary antibody stains and reagents to support the Anatomic Pathology mission, with a contract value of $216,810 for a period from October 1, 2024, to June 30, 2025. This initiative is critical for enhancing laboratory capabilities while ensuring compliance with regulatory standards, including FDA approval for all products. Interested offerors must submit their proposals by September 20, 2024, and can direct inquiries to Matthew Kohler at matthew.e.kohler2.civ@health.mil or George Rutt at george.r.rutt.civ@health.mil.
    Q301--Oncotype DX GPS Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research to identify potential contractors for Oncotype DX GPS testing and related prostate cancer diagnostic services at the VA Northern California Healthcare System. The selected contractor will be responsible for providing gene expression assays, including ConfirmMDx, SelectMDx, and Oncotype DS GPS testing, along with all necessary personnel, equipment, and specimen transportation kits, while ensuring compliance with accreditation and regulatory standards. This testing is crucial for optimizing prostate cancer treatment and prognosis, thereby enhancing patient care and potentially reducing healthcare costs. Interested vendors must submit their capabilities and relevant information by September 23, 2024, to Contracting Officer Krystal Zoufaly at krystal.zoufaly@va.gov, with the Sources Sought number 36C26124Q1064 in the subject line.